80
HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6169) Page 1 818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org Procurement Department REQUEST FOR PROPOSALS (RFP) FOR INSPECTION, SERVICE AND REPLACEMENT OF FIRE EXTINGUISHERS AND HOSES FOR MAINTENANCE AT VARIOUS PROPERTIES FOR HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS AND AFFILIATED ENTITIES RFP No. 1009-936-34-3050 Prepared by: Department of Procurement of the The San Antonio Housing Authority 818 South Flores Street San Antonio, Texas 78204 President and CEO.……...………………………....……..Lourdes Castro Ramirez October 2010

REQUEST FOR PROPOSALS (RFP) FOR …saha.org/business/pdfs/1009-936-34-3050.pdfREQUEST FOR PROPOSALS (RFP) FOR INSPECTION, SERVICE AND REPLACEMENT OF FIRE ... 1.2 Prospective proposers

  • Upload
    trannga

  • View
    218

  • Download
    5

Embed Size (px)

Citation preview

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6169) Page 1

818 S. FLORES ST. SAN ANTONIO, TEXAS 78204 www.saha.org

Procurement Department

REQUEST FOR PROPOSALS (RFP)

FOR

INSPECTION, SERVICE AND REPLACEMENT OF FIRE EXTINGUISHERS AND HOSES FOR MAINTENANCE AT VARIOUS

PROPERTIES

FOR

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS

AND AFFILIATED ENTITIES

RFP No. 1009-936-34-3050

Prepared by:

Department of Procurement of the

The San Antonio Housing Authority 818 South Flores Street

San Antonio, Texas 78204

President and CEO.……...………………………....……..Lourdes Castro Ramirez

October 2010

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 2

Request for Proposals For

Inspection, Service and Replacement of Fire Extinguishers and Hoses The Housing Authority of the City of San Antonio, Texas and its affiliated entities d/b/a San Antonio Housing Authority (“SAHA”) hereby invites Proposals from independent contractors for the inspection, service and replacement of the fire extinguishers and hoses at various properties, as specified in this Request for Proposals (RFP). As a part of our social mission and federal mandate, SAHA is committed to providing economic, training and educational opportunities to the low income individuals in the communities we serve. All contractors are required to recruit and hire low income individuals for new positions and provide training & educational opportunities to the greatest extent feasible for these individuals. A non-mandatory pre-submittal meeting will be held at the time and date and location shown on the “RFP Information At A Glance” page. The SAN ANTONIO HOUSING AUTHORITY will receive Proposals for the Inspection, Service and Replacement of Fire Extinguishers and Hoses until the time and date and location specified on the “RFP Information At A GLANCE” page at which time and place all Proposals will be opened. The Requests for Proposals can be obtained by calling 210-477-6059 or online at http://www.saha.org or http://nahro.economicengine.com.

Notice: Contact with members of the SAHA Board of Commissioners, or SAHA officers and employees other than the contact person shown above, by any prospective Proposer, after publication of the RFP and prior to the execution of a contract with the successful proposer(s) could result in disqualification of your proposal. In fairness to all prospective proposer(s) during the RFP process, if SAHA meets in person with anyone representing a potential provider of these services to discuss this RFP other than at the pre-submittal meeting, an addendum will be issued to address all questions so as to insure no Proposer has a competitive advantage over anther. This does not exclude meetings required to conduct business not related to the RFP, or possible personal presentations after written qualifications have been received and evaluated. HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS By: __________________________________ Lourdes Castro Ramirez President and CEO

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 3

TABLE OF CONTENTS

Introduction 4 RFP Information at a Glance 5

General Information 6 SAHA Reservation of Rights 9 Specifications and General Requirements 11

Conditions to Proposal 14 Form of Proposal 17 Proposal Evaluation 20 Right to Protest 24

Disputes 25

Additional Considerations 26

Attachments: 38

Attachment A- Proposal Forms & Proposer’s Certification

Attachment B - HUD Forms, and Conflict of Interest Questionnaire

Attachment C – Profile of Firm Form Attachment D- Section 3 Guidelines and Forms Attachment E- Applicable Wage Decision Attachment F - Company Biography

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 4

INTRODUCTION The San Antonio Housing Authority (SAHA) is a public housing agency created by resolution of the City of San Antonio in 1938 pursuant to the Texas Housing Authorities Law (now Chapter 392 of the Texas Local Government Code) and federal law. SAHA is a unit of government and its functions are essential governmental functions. The property of SAHA is used for essential public and governmental purposes and is exempt from all taxes, including sales tax on all its purchases of supplies and services.

SAHA enters into and executes contracts and other instruments that are necessary and convenient to the exercise of its powers. SAHA maintains contractual arrangements with HUD to manage and operate its low rent public housing program and administers the Section 8 Housing Assistance Payments Programs. SAHA programs are federally funded along with development and modernization grants and rental income. Its primary activity is the ownership and management of over 6,300 public housing units. It also administers rental assistance for almost 12,000 privately owned rental units through the Section 8 program. It operates and manages its housing developments to provide decent, safe, sanitary and affordable housing to low-income families, the elderly, and the disabled, and implements various programs designed and funded by HUD.

SAHA has created a number of affiliated public facility corporations (“PFCs”) pursuant to Chapter 303 of the Texas Local Government Code (the Public Facility Corporation Act). In some instances, these PFCs own projects. In other cases, PFCs or other related entities serve as partners in partnerships that have been awarded low-income housing tax credits. SAHA’s affiliated entities own and operate over 3,000 units of affordable housing. SAHA staff also manages the San Antonio Housing Finance Corporation (“Finance Corporation”), which is primarily a conduit issuer of bonds for developers of affordable housing projects. The Finance Corporation was created pursuant to Chapter 394 of the Texas Local Government Code (the Texas Housing Finance Corporations Act). When used herein, “SAHA” shall include its affiliated entities.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 5

RFP INFORMATION AT A GLANCE

SAHA CONTACT PERSON

Patti Earnest, Purchasing Agent 818 S. Flores San Antonio, TX 78204-1400 [email protected] Phone: 210-477-6170 Fax: 210-477-6167

HOW TO OBTAIN THE RFP DOCUMENTS ON THE APPLICABLE

INTERNET SITE

1. Access www.saha.org. 2. Drag your pointer over “Business with

SAHA” and click on “Current Bids”. 3. Follow the listed directions or 4. Access http://nahro.economicengine.com.

HOW TO FULLY RESPOND TO THIS RFP BY SUBMITTING A PROPOSAL

Submit 1 original and 3 exact copies on CD/DVD’s of your proposal to the SAHA Procurement Dept. following the format as described under Item 5, Proposal Format.

DATE ISSUED October 18, 2010

PRE-SUBMITTAL MEETING November 9, 2010 at 10:00 A.M. SAHA Central Office, 818 S. Flores, San Antonio, TX 78204

PROPOSAL SUBMITAL RETURN & DEADLINE

November 29, 2010 at 11:00 A.M. SAHA Procurement Dept. 818 S. Flores, San Antonio, TX 78204

ANTICIPATED APPROVAL BY THE BOARD

January 2011

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 6

REQUEST FOR PROPOSALS

1.0 GENERAL INFORMATION

1.1 Statement of Purpose: The Housing Authority of the City of San Antonio and its affiliated entities (SAHA) are seeking proposals from independent contractors with demonstrated professional competence and experience to provide inspection, service and replacement of fire extinguishers and fire hoses for maintenance at various property locations.

1.2 Prospective proposers acknowledge by downloading and receiving the RFP

documents and/or by submitting a proposal that the submission of a proposal to SAHA is not a right by which to be awarded a contract, but merely is an offer by the prospective proposer to perform the requirements of the RFP documents in the event SAHA decides to consider to award a contract to that proposer.

1.3 Definitions: Throughout this Request for Proposals and all resulting documents,

the terms below shall be defined as follows:

1.3.1 “Best Value” means that SAHA will in an evaluation of each proposal submittal, consider factors other than just cost in making the award decision.

1.3.2 “Contracting Officer” when named within an RFP document shall refer to

the President and CEO.

1.3.3 “Contract” refers to the fully executed written agreement that ensues from the RFP. Whereas all RFP documents are included, by reference, as a part of the ensuing contract, when "contract" is referred to within an RFP document; such is referring to both the RFP documents and the ensuing contract document.

1.3.4 “Contractor” and the term "successful proposer" may be used

interchangeably. 1.3.5 “Day(s)” unless otherwise specified, shall refer to calendar days. 1.3.6 “HUD” is the United States Department of Housing and Urban

Development. HUD is the Federal agency from which SAHA receives funding; however, pertaining to this RFP, correspondences, including proposal submittals, received from each proposer must exhaust all provisions contained herein prior to contacting HUD (i.e. in the case of a protest).

1.3.7 “Herein” shall refer to all documents issued pursuant to the noted RFP,

including the RFP documents and the attachments.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 7

1.3.8 “President & CEO” is the SAHA President and Chief Executive Officer and/or Interim President and Chief Executive Officer.

1.3.9 “Offer" is the proposal submittal that the proposer delivers to SAHA in

response to the RFP.

1.3.10 “Offeror" or "Offerors" are the proposer or proposers.

1.3.11 “Contract Administrator (CA)" is the SAHA Director of Procurement or his/her designated representative.

1.3.12 “Parties” When “the parties,” “both parties” or “either party” is stated

within the RFP documents or the contract, such refers to SAHA and the successful proposer(s).

1.3.13 “Proposal,” “Proposal Submittal” and/or “Bid” is the "hard copy"

document that the proposer is required to, as detailed within the RFP document, deliver to SAHA.

1.3.14 “Protestant” is a prospective proposer or proposer(s) who feel(s) that

he/she has been treated inequitably by SAHA and wishes SAHA to correct the inequitable condition or situation. To be eligible to file a protest with SAHA pertaining to an RFP or contract, the protestant must have been involved in the RFP process in some manner as a prospective proposer or proposer.

1.3.15 “Prospective Proposer,” “Proposer” or “Bidder” A prospective

proposer is a firm or individual who has been notified of the RFP solicitation and/or who has requested and/or received the RFP documents and is considering responding with a proposal; a proposer is a firm or individual who has submitted a proposal in response to the RFP. All terms and conditions shall apply equally to all prospective proposers as well as proposers, though prospective proposers may not, after the deadline set for receiving proposals, receive further notices pertaining to that RFP-meaning, certain notices are only delivered to proposers and not to prospective proposers.

1.3.16 “Request For Proposals” (RFP) is the competitive proposal process

allowed by HUD, especially as defined within Chapter 7 of HUD Procurement Handbook 7460.8 REV 2.

1.3.17 “RFP Document(s)” When stated in the singular or the plural form, such

refers to the body of documents, including attachments and the information posted on the nahro.economicengine.com Internet site and www.saha.org, that SAHA makes available to all prospective proposers wherein are detailed SAHA's requirements.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 8

1.3.18 “SAHA” is the Housing Authority of the City of San Antonio, Texas and all its affiliated entities. Unless otherwise defined herein or within the ensuing contract, whenever the term "SAHA" is used without clearly designating a responsible SAHA staff person, the proposer(s) may assume that responsibility for that item rests with the SAHA CA.

1.4 Non-Mandatory Pre-Proposal Conference: The pre-proposal conference will

be held at the time date and location indicated on the RFP Information At A Glance page. The purpose of this conference is to assist prospective proposers in the full understanding of the RFP documents so proposers are confident in submitting an appropriate proposal; therefore, at this conference, SAHA will conduct an overview of the RFP documents, including attachments. Because the purpose of this conference is to review the RFP documents, attendees should bring a copy of the RFP documents to this conference. SAHA will not distribute at this conference any copies of the RFP documents. Questions concerning the contents of the project and procedural aspects of the RFP may be answered at this time; however, technical questions are required to be delivered in writing prior to a response. Any questions not answered during the conference will be responded to in writing and an addendum posted on SAHA’s website: www.saha.org and nahro.economicengine.com. All prospective proposers are encouraged to attend; however any questions or requests for additional information must be submitted in writing seven (7) days prior to the proposal submission deadline.

1.5 Proposal Submission: Refer to the RFP Information At A Glance page for submission date, time and location. Late Proposals will not be accepted.

1.6 Proposer’s Responsibilities-Contact with SAHA: It is the responsibility of the proposer to address all communication and correspondences pertaining to this RFP only to the contact person listed in the RFP Information At A Glance page. Proposers must not make inquiry or communicate with any other SAHA staff member or official (including members of the Board of Commissioners) pertaining to this RFP. Failure to abide by this requirement may be cause for SAHA to not consider a proposal submittal received from any proposer who has not followed this directive. During the RFP solicitation process, the SAHA will not conduct any ex parte conversations which may give one prospective proposer an advantage over other prospective proposers.

1.7 Type of Contract resulting from RFP: A two (2) year Firm Fixed-Fee contract with the option to extend for up to three (3) additional one (1) year periods at the sole discretion of SAHA.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 9

2.0 SAHA’S RESERVATION OF RIGHTS 2.1 SAHA reserves the right to reject any or all proposals, to waive any informality in

the RFP process, or to terminate the RFP process at any time, if deemed by SAHA to be in its best interests.

2.2 SAHA reserves the right not to award a contract pursuant to this RFP.

2.3 SAHA reserves the right to terminate a contract awarded pursuant to this RFP, at

any time for its convenience upon 14 days written notice to the successful proposer(s).

2.4 SAHA reserves the right to determine the days, hours and locations that the

successful proposer(s) shall provide the services called for in this RFP.

2.5 SAHA reserves the right to retain all proposals submitted and not permit withdrawal for a period of 90 days subsequent to the deadline for receiving proposals without the written consent from the CA.

2.6 SAHA reserves the right to negotiate the fees proposed by all proposers. If such

negotiations are not, in the opinion of SAHA’s CA successfully concluded within a reasonable timeframe as determined by SAHA, SAHA shall retain the right to end such negotiations.

2.7 SAHA reserves the right to reject and not consider any proposal that does not

meet the requirements of this RFP, including but not necessarily limited to incomplete proposals and/or proposals offering alternate or non-requested services.

2.8 SAHA shall have no obligation to compensate any proposer for any costs incurred

in responding to this RFP.

2.9 SAHA reserves the right to at any time during the RFP or contract process to prohibit any further participation by a proposer or reject any proposal submitted that does not conform to any of the requirements detailed herein. Each prospective proposer further agrees that he/she will inform SAHA’s CA in writing within five (5) days of the discovery of any item that is issued thereafter by SAHA that he/she feels needs to be addressed. Failure to abide by this timeframe shall relieve SAHA, but not the prospective proposer, of any responsibility pertaining to such issue.

2.10 SAHA reserves the right, prior to award, to revise, change, alter or amend any of

the instructions, terms, conditions, and/or specifications identified within the RFP documents issued, within any attachment or drawing, or within any addenda issued. All addenda will be posted on SAHA’s website www.saha.org and nahro.economicengine.com. Such changes that are issued before the proposal submission deadline shall be binding upon all prospective proposers.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 10

2.11 In the case of rejection of all proposals, SAHA reserves the right to advertise for new proposals or to proceed to do the work otherwise, if in the judgment of SAHA, the best interest of SAHA will be promoted.

2.12 SAHA reserves the right to, without any liability; cancel the award of any

proposal(s) at any time before the execution of the contract documents by all parties.

2.13 SAHA reserves the right to reduce or increase estimated or actual quantities in

whatever amount necessary without prejudice or liability to SAHA, if:

2.13.1 Funding is not available, 2.13.2 Legal restrictions are placed upon the expenditure of monies for this

category of service or supplies; or, 2.13.3 SAHA’s requirements in good faith change after award of the contract.

2.14 SAHA reserves the right to make an award to more than one proposer based on ratings and to award with or without negotiations or a “Best and Final Offer” (BAFO).

2.15 SAHA reserves the right to require additional information from all proposers to

determine level of responsibility. Such information shall be submitted in the form required by SAHA within two (2) days of written request.

2.16 SAHA reserves the right to amend the contract any time prior to contract

execution.

2.17 SAHA reserves the right to require the Contractor to keep accurate timesheets for all employees assigned to perform any project, task, or assignment resulting from this RFP and any resulting contract.

2.18 SAHA reserves the right to contact any individuals, entities, or organizations that

have had a business relationship with the proposer regardless of their inclusion in the reference section of the proposal submittal.

2.19 In the event any resulting contract is breached, prematurely terminated or

cancelled due to non-performance and/or withdrawal by the Contractor, SAHA reserves the right to seek monetary restitution (to include but not limited to withholding of monies owed) from the Contractor to cover costs for interim services and/or cover the difference of a higher cost (difference between existing Contracted rate and new Contract rate) beginning the date of Contractor’s termination, breach and/or cancellation through the contract expiration date.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 11

2.20 SAHA reserves the right to require the Contractor to replace any employee, subcontractor or other individuals and/or entities, found to be unacceptable, performing work under any contract resulting from this RFP. Replacement shall occur within 2 days of notifications by SAHA.

2.21 SAHA must maintain appropriate records (payrolls, work orders, job descriptions,

training program materials and apprentice/trainee registrations and any other data related to the employment and utilization of maintenance laborers and mechanic) which must be preserved for no less than three years or until resolution of any dispute. Employers under contract to SAHA to provide maintenance work must submit to SAHA their original employment records as described above or agree to retain the original employment records for three years or until resolution of any dispute subject to this solicitation.

3.0 SCOPE OF PROPOSAL/General Conditions: Contractors shall provide for the

inspection, service and replacement of fire extinguishers and fire hoses at all SAHA properties as specified if awarded a contract pursuant to this RFP:

3.1 Contractor must be licensed by the Texas State Fire Marshall’s Office. Contractor

shall include a copy of license certificate under TAB 9. 3.2 Contractor(s) shall comply with all applicable federal, state and local laws, rules,

regulations, ordinances and codes and obtain any licenses or permits required to provide the services under this RFP.

3.3 Contractor shall insure all fire extinguishers and fire hoses meet all required

codes. To include but not limited to City Compliance Codes, the International Fire Codes (IFC) and NFPA-10 Standard.

3.4 Contractor(s) shall furnish at their own expense, all labor, tools, equipment,

materials, supplies and transportation, required to provide inspection, service and replacement of fire extinguishers and fire hoses tasks/functions for each property, with no exceptions.

3.5 Contractor shall pay all of its employees, including any and all approved

subcontractors, at least the legal minimum wages as determined by the United States Department of Labor and the United States Department of Housing and Urban Development.

3.6 All bidders must be authorized distributors and regularly engaged in the sale or

distribution of the type of goods, materials and service for which the bidder is submitting a bid. Contractor shall provide a brief description of the materials, supplies and brands they support under TAB 4.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 12

3.7 The Contractor shall have a storefront business or physical location, normally open to the general public, available for SAHA staff to walk in to view and/or purchase materials during normal business hours.

3.8 Contractor shall have uniformed work crews, with badges, qualified by training

and experience, to perform the work required.

3.9 Contractor shall perform criminal history checks and drug screening tests on all prospective employees performing work under this RFP and any resulting contract and provide summaries of the results to SAHA CA upon request, at the sole expense of the Contractor. Prospective employees whose criminal history check discloses a misdemeanor or felony involving crimes of moral turpitude, sexual assault or harm to persons or property will not be employed to perform work under this RFP or any resulting contract. Contractor(s) is required to perform drug screening of all employees and to insure acceptable test results.

3.10 Contractor’s personnel shall conduct all work in a professional manner and

according to accepted industry standards and the manufacturer’s installation requirements.

3.11 Contractor is responsible for field verifying all quantities, sizes and types of fire

extinguishers and fire hoses. 3.12 Contractor shall insure all fire extinguishers and fire hoses are installed utilizing

procedures and specifications according to the manufacturer’s recommendations as well as all applicable codes.

3.13 The installation shall not void the manufacturer’s warranty.

3.14 All fire extinguishers must be dry chemical with an ABC rating.

3.15 All extinguishers must have a pressure gauge to insure proper levels are

maintained.

3.16 All extinguishers must have visible operating instructions facing outward when installed.

3.17 Contractor shall be required to inspect, tag/certify, service and/or replace fire

extinguishers as required by code, in both vacant and occupied units. 3.18 Contractor shall be required to inspect, tag/certify, service and/or replace fire

hoses in all buildings as required by code.

3.19 Contractor shall not perform any work without prior verbal or written approval by the Property Manager, Maintenance Supervisor, Area Manager or Project

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 13

Manager. Approval must include a Purchase Order number, which must be referenced on all paperwork to include work orders, tickets and invoices.

3.20 Contractor shall schedule and complete all work within five (5) business days after

receiving a verbal or written notice that includes a purchase order number from the Property Manager, Maintenance Supervisor, Area Manager, Project Manager or their designees.

3.21 In order to minimize inconvenience to residents and minimize turnaround times, all

work necessary at the property shall commence and be completed the same day, unless otherwise approved in writing by the Property Manager, Maintenance Supervisor, Area Manager or Project Manager.

3.22 The Property staff will conduct quality control inspections during work in progress

and upon work completion.

3.23 All workmanship (labor) shall be warranted for a period of not less than two (2) years.

3.24 Contractor shall correct any deficiency in work, which does not conform to

required fire extinguisher and fire hose installation requirements, within 48 hours or the respective property staff shall correct and/or replace items as needed. Contractor shall be responsible for all costs incurred to correct such deficiencies.

3.25 Contractor shall legally dispose of all litter, trash and debris accumulated as a

result of the inspection, service and/or replacement of fire extinguishers and fire hoses, at an offsite location. The use of SAHA dumpsters is strictly prohibited.

3.26 Contractor (including any and all contract or subcontract employees, etc.

incidental to this contract) are to be cognizant of safety at all times and take necessary safety precautions, so as not to cause harm to any persons or property while performing service or while on site. Extreme care shall be maintained around pedestrians and personal belongings.

3.27 Contractor shall repair or replace, at the contractor’s expense, any and all items

damaged or destroyed due to contractor’s negligence.

3.28 Contractor shall insure all inspected fire extinguishers and fire hoses meet or exceed the technical specifications as required by city, IFC and NFPA code.

3.29 All equipment inspected must be identified with a durable tag that shows:

3.29.1 Date of inspection, recharging and/or service. 3.29.2 Name of servicing agency

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 14

3.29.3 Signature of person who performed the service/inspection.

3.30 GENERAL CONTRACTOR REQUIREMENTS:

3.30.1 Purchase Orders: Contractor shall not begin work on any units until a Purchase Order or Purchase Order Number is received from SAHA.

3.31 Hazardous Materials Abatement:

3.31.1 If the Contractor suspects an environmental hazard, they are to stop

work immediately and notify the Property Manager, Maintenance Supervisor, Area Manager or Project Manager.

3.31.2 SAHA will contract for this service separately and abatement will be completed prior to proceeding with any work in the unit.

3.33 HUD Section 3 Program: Contractor shall utilize Section 3 residents as defined

in Attachment D to perform the requirements under this Proposal to the greatest extent feasible and shall document such efforts quarterly. There is a 30% goal for hiring Section 3 residents on any contract/s resulting from this RFP. Contractors will be evaluated on his performance at achieving this goal and such evaluation shall be a factor in future awards. Contractor must submit a detailed Section 3 utilization plan with his/her Proposal and the number of expected new hires Contractor expects as a result of an award, failure to do so may result in disqualification of the Proposal.

3.4 Responsibility for Subcontractors: All requirements for the “Prime” contractor

shall also apply to any and all subcontractors. It is the Prime Contractors’ responsibility to insure the compliance by the subcontractors. At all times the Prime Contractor remains liable to SAHA for the performance and compliance of the subcontractors.

3.13 WARRANTIES: All items installed under any contract resulting from this RFP

must include both a Manufacturer’s Warranty, if applicable, plus a minimum of a two (2) year Warranty from the Contractor for labor and installation except as specified otherwise herein. This period will begin on the date of “FINAL” acceptance by SAHA.

4.0 CONDITIONS TO PROPOSE:

4.1 Pre-Qualification of Proposers: Prospective proposers will not be required to pre-qualify in order to submit a proposal. However, all proposers will be required to submit adequate information showing that the proposer is qualified to perform the required work (i.e. Profile of Firm Form (Attachment C). Failure by the prospective proposer to provide the requested information may, at SAHA’s discretion, eliminate that proposer from consideration, provided that all proposers were required to submit the same information.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 15

4.2 RFP Forms, Documents, Specifications and Drawings:

4.2.1 Prior to submitting a proposal in response to the RFP, it shall be each prospective proposer’s responsibility to examine carefully and, as may be required, properly complete all documents issued pursuant to this RFP.

4.2.2 Unless otherwise instructed, specifications and drawings (if provided) do not purport to show all of the exact details of the work. They are intended to illustrate the character and extent of the performance desired under the proposed contract and may be supplemented or revised from time to time. It is the responsibility of the proposer to field verify all existing conditions and potential impediments.

4.2.3 “Or Equal” references to catalogs, manufacturer’s references, brand names, model numbers etc. are intended to indicate type, quality, and performance desired only unless specifically specified otherwise. Proposals on brands of like nature, quality and performance will be considered. If proposing other than the referenced item(s), the proposal submittal shall show the manufacturer, brand or trade name, model, description, illustration, and specifications of the product offered and must include the supporting data in the proposal submittal. Failure to identify the proposed alternate products or provide supporting data shall require Contractor to furnish the brand names, numbers, models, etc. specified.

4.3 Submissions and Receipt by SAHA:

4.3.1 Time for Receiving Proposals: Proposals received prior to the proposal submittal deadline shall be securely kept, unopened, by SAHA. The CA, whose duty it is to open such proposals, will decide when the specified time has arrive. No proposal received after the designated deadline shall be considered.

4.3.1.1 Proposers are cautioned that any proposal submittal that is

time-stamped as being received by SAHA after the exact time set as the deadline for the receiving of proposals shall not be considered. Any proposals not submitted in a timely manner that are inadvertently opened shall be ruled invalid. No responsibility will attach to SAHA or any official or employee thereof, for the pre-opening of, or the failure to open a proposal not properly addressed and/or identified.

4.3.1.2 One (1) original signature copy (marked “ORIGINAL”) with a

cover and extending tabs, and three (3) exact copies, less cost information, on CD’s or DVD’s, of the proposal submittal, shall be placed unfolded in a sealed package with the proposer’s name and return address and addressed as follows:

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 16

RFP # {Insert Number} {Insert Exact Title of RFP} {Insert Month, day, year, Time of Proposal Opening} The San Antonio Housing Authority Procurement Department 818 S. Flores San Antonio, Texas 78204

4.3.3 Withdrawal of Proposals: Proposals may be withdrawn as detailed within the attached HUD Form(s). Negligence on the part of the proposer in preparing his/her proposal confers no right of withdrawal or modification of his/her proposal after such proposal has been received and opened. 4.3.3.1 Procedure to withdraw a proposal: A request for

withdrawal of a proposal due to a purported error need not be considered by SAHA unless filed in writing by the proposer within 48 hours after the proposal deadline. Any such request shall contain a full explanation of any purported error and shall, if requested by SAHA, be supported by the original calculations on which the proposal was computed, together with a certification and notarization thereon that such computation is the original and was prepared by the proposer or his/her agent, who must be identified on the notarized form. The foregoing shall not be construed that such withdrawal will be permitted, as SAHA retains the right to accept or reject any proposed withdrawal for a mistake.

4.4 Exceptions to Specifications:

4.4.1 A prospective proposer may take exception to any of the proposal documents or any part of the information contained therein, by submitting, in writing to the named SAHA Contact Person, at least seven (7) days prior to the proposal submission deadline, a complete and specific explanation as to what he/she is taking exception. Proposed alternate documents or information must also be included. SAHA reserves the right to agree with the prospective proposer and issue a revision to the applicable RFP requirements, or may reject the prospective proposer’s request.

4.4.2 When taking exception, prospective proposers must propose services that meet the requirements of the RFP documents. Exceptions to the specification and/or approved "equal" requests may be discussed at the scheduled pre-proposal conference (if scheduled). Any verbal instructions provided by any SAHA staff shall only become official and binding when issued as an addendum or as a written answer issued by addendum pursuant to receipt of a written question by the SAHA Procurement Department.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 17

5.0 FORM OF PROPOSAL: The proposal shall be submitted in the following manner. Failure to submit the proposal in the manner specified may result in a premature opening of, post-opening of, or failure to open and consider that proposal, and may, at the discretion of the SAHA CA, eliminate that proposer from consideration for award.

5.1 Required Forms: All required forms furnished by SAHA as a part of the RFP

document issued shall, as instructed, be fully completed and submitted by the proposer. Such forms may be completed in a legible hand-written fashion, by use of a typewriter, or may be downloaded and completed on a computer. If, during the download, a form becomes changed in any fashion, the proposer must “edit” the form back to its original form (for example, signature lines must appear on the page which the line was originally intended).

5.2 Tabbed Proposal Submittal: SAHA intends to retain the successful Proposer

pursuant to a “Best Value” basis, not a “Low Bid” basis. Therefore, so that SAHA can properly evaluate the proposals received, all proposals submitted in response to this RFP must be formatted in accordance with the sequence noted below. Each category must be separated by numbered index dividers and the number on the index divider must extend so that each tab can be located without opening the proposal and labeled with the corresponding tab reference noted below. None of the proposed services may conflict with any requirement SAHA has published herein or has issued by addendum.

5.2.1 Tab 1, Form of Proposal: This Form is attached hereto as Attachment

A to this RFP document. This one-page Form must be fully completed, and submitted under this tab as a part of the proposal submittal. The proposed fee section of this form will be intentionally left blank in the proposal submittals. The Fee Proposal Sheet, Build on Materials (BOM) & Cost Analysis (Attachment A) must be completed separately and placed in a sealed envelope. DO NOT INCLUDE THE PROPOSED FEE SHEET, BOM, OR COST ANALYSIS IN THE PROPOSAL SUBMITTAL COPIES. THEY MUST BE SUBMITTED SEPARATELY IN A SEALED ENVELOPE AT THE TIME OF PROPOSAL SUBMITTAL AND ATTACHED ONLY TO THE “ORIGINAL” COPY.

5.2.2 Tab 2, Form HUD Forms and Conflict of Interest Questionnaire: These

Forms are attached hereto as Attachment B to this RFP document and must be fully completed, executed where provided thereon and submitted under this tab as a part of the proposal submittal.

5.2.3 Tab 3, Profile of Firm Form: The Profile of Firm Form is attached

hereto as Attachment C to this RFP document. This two-page Form must be fully completed, executed and submitted under this tab as a part of the proposal submittal by the Proposer. Each subcontractor must also complete this form and it shall be placed under Tab 6.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 18

5.2.4 Tab 4, Experience, Past Performance, Managerial Capacity & Financial Viability: The Proposer must submit under this tab a concise description of its experience, past performance, managerial capacity and financial viability to deliver the proposed services, to include:

5.2.4.1 Firm’s experience in the operation of projects of this or greater

scope, crew size, cost and timeline. 5.2.4.2 Financial ability to provide such services to include copies of most

recent financial statements or balance sheets that clearly show assets, liabilities, income, credit lines, debt and/or if available the most recent audit.

5.2.4.3 Management & Quality Control plan for oversight of all services

and the coordination of owner’s personnel, subcontractors and suppliers to comply with the timeframe and safety issues.

5.2.4.4 Project Manager and staff’s renovation expertise, include resumes

of project manager and key staff. Evidence of commitment to excellence in workmanship and professionalism as evidenced by awards and certifications.

5.2.5 Tab 5, Client Information: The proposer shall submit three former or

current clients, preferably other than SAHA, for whom the proposer has performed similar or like services to those being proposed herein. The list shall, at a minimum, include for each reference:

5.2.5.1 The client’s name; 5.2.5.2 The client’s current telephone number and address, 5.2.5.3 Description of services provided to the client, 5.2.5.4 Date of services

5.2.6 Tab 6, Joint Venture/Subcontractors: The proposer shall identify hereunder if this proposal is a joint venture or partnership with another entity. Please remember that all information required from the proposer under the proceeding tabs must also be included for any joint venture or partner. One entity must be designated as the primary contact for the joint venture or partnership in the proposal. Proposers must also provide SAHA with the name, contact information to include address, phone number, email address, core area of business, and years of expertise for each subcontractor and supplier intended to be utilized by the Proposer to perform the services requested in this RFP. Proposer must realize that the actual usage of the subcontractor will be contingent upon SAHA’s prior written approval, and Proposer remains responsible to SAHA for any and all services and goods provided pursuant to this RFP and any resulting contract. If no joint venture exists or subcontractors will not be utilized,

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 19

please provide this statement, “NO JOINT VENTURE/ NO SUBCONTRACTORS”, in this section.

5.2.7 Tab 7, Section 3 Business Documentation: Proposers are required to

submit a utilization plan outlining their efforts to employ qualified Section 3 businesses or persons regardless of whether or not they are seeking a preference. The plan shall detail the Proposer’s good faith effort to hire, train or provide educational opportunities to Section 3 residents and the potential number of new hires if awarded a contract. FAILURE TO PROVIDE A SECTION 3 PLAN MAY CAUSE THE SUBMITTAL TO BE DISQUALIFIED AS NON-RESPONSIVE. In addition, any Proposer claiming a Section 3 Business Preference, he/she shall under this tab include the fully completed and executed Section 3 Business Preference Certification Form attached hereto as Attachment D and any documentation required by that form. Please include all supporting documentation with the Proposal. Supporting documentation includes but is not limited to income tax returns for low-income employees for which Proposer is seeking the preference, verification of total number of full-time employees, names, addresses and social security numbers of low-income residents who are Proposers employees. Note: If you qualify as a Section 3 Business Concern, your Proposal will receive a preference over other Proposals as specified in Attachment D.

5.2.8 Tab 8, Small/Minority/Disadvantaged/Veteran Business Enterprise Utilization Plan: The Proposer is required to include hereunder a plan identifying the Proposer’s good faith efforts to assist SAHA in its responsibility to foster the development of small and historically under-utilized business enterprises. All subcontracting opportunities shall be outlined herein and subcontractors listed on the form provided in Attachment C. FAILURE TO PROVIDE A S/W/MBE PLAN MAY CAUSE THE SUBMITTAL TO BE DISQUALIFIED AS NON-RESPONSIVE.

5.2.9 Tab 9, Company Biography & Other Information: The Proposer shall

complete the company profile page that is attached to provide a brief company history including: date founded, number of employees, company headquarters location and operating locations, and past projects and accomplishments. Proposer must also include any applicable business licenses or permits required under this tab. The proposer may also provide hereunder any other general information that the proposer believes is appropriate to assist SAHA in its evaluation.

5.3 Proposed Costs: 5.3.1 Fee Costs: Each proposer must enter the proposed cost to SAHA for each

item listed. Your proposed fee is inclusive of all necessary costs to provide the proposed services, including, but not limited to: employee costs and benefits; clerical support; overhead; profit; supplies; materials; licensing;

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 20

insurance; etc. Please note that the fee proposal for this RFP is inclusive of all elements required to inspect, service and replace fire extinguishers and fire hoses as specified herein and each fee proposed shall be fully “burdened” with profit, overhead and all other associated costs to deliver a complete system.

5.3.1.1 Additional Related Work that May Be Required: Please note

SAHA may retain the Contractor, if it is deemed by SAHA to be in its best interest, to perform additional services at fees proposed by the Contractor in their unit price response.

5.4 Proposal Submittal Binding Method: It is preferable and recommended that the proposer bind the proposal submittals in such a manner that SAHA can, if needed, remove the binding (i.e. “comb-type, etc.) or remove the pages from the cover (i.e. 3-ring binder, etc.) to make copies then return the proposal submittal to its original condition.

6.0 PROPOSAL EVALUATION:

6.1 Proposal Opening Results: It is understood by all proposers/prospective proposers that the proposals are publicly opened and the results will be a matter of public record. When SAHA has concluded all evaluations, has chosen a final top-rated proposer, has completed the award and is ready to issue such results, SAHA shall notify the successful proposer.

6.1.1 All proposal documents submitted by the proposers are generally a matter of public record unless information is deemed to be proprietary.

6.2 Evaluation: Each proposal submittal will be evaluated based upon the following information and criteria:

6.2.1 Initial Evaluation-Responsiveness: Each proposal received will first be evaluated for responsiveness (i.e., meeting the minimum requirements as stated in the RFP).

6.2.2 Evaluation-Responsibility: SAHA shall select a minimum of a three-person panel, using the criteria established below, to evaluate each of the proposals submitted in response to this RFP to determine the proposer’s level of responsibility. SAHA will consider capabilities or advantages that are clearly described in the proposal that may be confirmed by oral presentations, site visits, demonstrations, and references contacted by SAHA. All proposals would be evaluated as to their overall value to SAHA.

6.2.3 Restrictions: All persons having familial (including in-laws) and/or

employment relationships (past or current) with principals and/or employees of a proposer will be excluded from participation on SAHA’s

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 21

evaluation panel. Similarly, all persons having ownership interest in and/or contract with a proposer will be excluded from participation on SAHA’s evaluation panel.

6.2.4 Evaluation Criteria: The evaluation panel will use the following rating criteria to evaluate each of the required elements specified in the proposal. Then each element will be scored based on the weight assigned to that element and then all element scores will be added to arrive at the sum total score:

5 - Excellent 4 - Above Average 3 - Average 2 - Below Average 1 - Poor 0 - Non-Responsive

NO. CRITERION DESCRIPTION 1 25% Relevant experience & Past Performance: Number of years

and/or projects that reflect experience. Organizational structure, with number and qualifications of key staff. Resumes of Project Manager, Supervisor(s) and other key staff. Ability to make schedules, remain on schedule, cooperation with property manager, type & length of warranties. Knowledge of state and local building codes and/or inspections process.

2 20% Financial Ability: Financial ability to provide such services to include copies of the most recent financial statements or balance sheets that clearly show assets, liabilities, income, credit lines, debt and/or if available the most recent audit.

3 10% Subcontractor and supplier capabilities: Including the quality of the team, variety and expertise of the staff, inventory and delivery capability of the suppliers.

4 25% Price proposal: Base price for items and services as specified in this RFP.

5 20% Strength of the Section 3 and S/W/MBE plans MAX.

POINTS HUD SECTION 3

1 5 Section 3 Preference: A firm may qualify for Section 3 status for up to an additional 5 points.

A 5 Priority I: As detailed in Attachment D B 4 Priority II: As detailed in Attachment D C 3 Priority III: As detailed in Attachment D D 2 Priority IV: As detailed in Attachment D

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 22

6.2.5 Competitive Range: Once a competitive range is established from the proposals submitted, SAHA reserves the right to require Proposers within the competitive range to make a presentation to the evaluation committee. Presentations, if requested, shall be a factor in the award recommendation.

6.2.6 Burden of Proof: If requested by SAHA, it shall be the responsibility of the proposer(s) to furnish SAHA with sufficient data or physical samples, within a specified time, so that SAHA may determine if the goods or services offered conform to the specifications.

6.3 Mistake in Proposal Submitted:

6.3.1 Unless otherwise prohibited within the RFP documents, a mistake in the cost unit pricing that does not affect the total cost sum submitted may, at SAHA’s discretion, be corrected by submitting a corrected cost form, together with a complete explanation in writing, of how the mistake occurred, to the SAHA CA, for his/her review. This mistake must be corrected before the issuance of any contract documents. Such correction shall not operate to give any proposer an advantage over another.

6.4 Irregular Proposal Submittal: A proposal shall be considered irregular for any

one of the following reasons, any one or more of which may, at SAHA's discretion, be reason for rejection:

6.4.1 If the forms furnished by SAHA are not used or are altered or if the proposed costs are not submitted as required and where provided.

6.4.2 If all requested completed attachments do not accompany the proposal submittal.

6.4.3 If there are unauthorized additions, conditional or alternate proposals, or irregularities of any kind which may tend to make the proposal incomplete, indefinite or ambiguous as to its meaning or give the proposer submitting the same a competitive advantage over other proposers.

6.4.4 If the proposer adds any provisions reserving the right to accept or reject any award or to enter into a contract pursuant to an award.

6.4.5 If the individual cost proposal items submitted by a specific proposer are unbalanced in the sense that the listed price of any cost item departs by more than 25% from SAHA’s cost estimate for that item.

6.5 Disqualification of Proposers: Any one or more of the following shall be

considered as sufficient for the disqualification of a prospective proposer and the rejection of his/her proposal:

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 23

6.5.1 Evidence of collusion among prospective proposers. Participants in such

collusion will receive no recognition as Proposers or proposers for any future work with SAHA until such participant shall have been reinstated as a qualified bidder or proposer. The names of all participants in such collusion shall be reported to HUD and any other inquiring governmental agency.

6.5.2 More than one proposal for the same work from an individual, firm, or

corporation under the same or different name(s). 6.5.3 Lack of competency, lack of experience and/or lack of adequate machinery,

plant and/or other resources. 6.5.4 Unsatisfactory performance record as shown by past work for SAHA or with

any other local, state or federal agency, judged from the standpoint of workmanship and progress.

6.5.5 Incomplete work, which in the judgment of SAHA, might hinder or prevent

prompt completion of additional work, if awarded. 6.5.6 Failure to pay or satisfactorily settle all bills due on former contracts still

outstanding at the time of letting. 6.5.7 Failure to comply with any qualification requirements of SAHA. 6.5.8 Failure to list, if required, all subcontractors (if subcontractors are allowed

by SAHA) who will be employed by the successful proposer(s) to complete the work of the proposed contract.

6.5.9 As required by the RFP documents, failure of the successful proposer to be

properly licensed by the City, County and/or the State of Texas and/or to be insured by a commercial general liability policy and/or worker's compensation policy and/or business automobile liability policy, if applicable. If a proposer receives an award unless otherwise waived in the Contract, the Contractor will be required to provide an original Certificate of Insurance confirming the following minimum requirements to SAHA within 10 days of contract signature:

Remainder of this page left blank intentionally.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 24

Professional Liability Required Limits SAHA and its affiliates must be named as an Additional Insured and be a Certificate Holder. This is required for vendors who render observational services to SAHA such as appraisers, inspectors, attorneys, engineers or consultants.

$300,000

Business Automobile Liability Required Limits SAHA and its affiliates must be named as an additional insured and as the certificate holder. Must include both owned and unowned vehicles.

$500,000 combined single limit, per occurrence

Workers Compensation and Employer’s Liability Required Limits

Workers’ Compensation coverage is Statutory and has no pre-set limits. Employer’s Liability limit is $500,000

A waiver of Subrogation in favor of SAHA must be included

in the Workers’ Compensation policy.

SAHA and its affiliates must be named as a Certificate Holder.

Statutory $500,000

Commercial General Liability Required Limits This is required for any vendor who will be doing hands on

work at SAHA properties. SAHA and its affiliates must be named as an Additional

Insured and as the Certificate Holder.

$1,000,000 per accident $2,000,000 aggregate

6.5.10 Any reason to be determined in good faith, to be in the best interests of

SAHA. 6.6 Award of Proposal(s): The award shall be to the top-rated responsive and

responsible proposer(s) determined by the evaluation process, presentations (if requested), negotiations, Best & Final Offers (BAFO), SAHA’s business needs, Proposer’s ability to deliver within budget the specified items in a timely manner. Proposers shall be recommended for award if in SAHA’s opinion, it is in the best interest to accept the proposal after preferences for Section 3 business concerns are considered. SAHA reserves the right to award multiple contracts and will not consider “All or None” proposals or bids.

7.0 Right to Protest:

7.1 Rights: Any prospective or actual proposer, offeror, or contractor who is allegedly aggrieved in connection with the solicitation of a proposal or award of a contract, shall have the right to protest. Such right only applies to deviations from laws, rules, regulations, or procedures. Disagreements with the evaluators’ judgments as to the number of points scored are not reasons for an appeal. An alleged aggrieved protestant claiming this right is hereby informed that these regulations do not provide for administrative appeal as a matter of right for that alleged aggrieved protestant.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 25

7.1.1 An alleged aggrieved “protestant” is a prospective proposer or proposer who feels that he/she has been treated inequitably by SAHA and wishes SAHA to correct the alleged inequitable condition or situation. To be eligible to file a protest with SAHA pertaining to an RFP or contract, the alleged aggrieved protestant must have been involved in the RFP process in some manner as a prospective proposer (i.e. recipient of the RFP documents) when the alleged situation occurred. SAHA has no obligation to consider a protest filed by any party that does not meet these criteria.

7.1.2 Any actual or prospective contractor may protest the solicitation or award of a contract for material violation of SAHA’s procurement policy. Any protest against a SAHA solicitation must be received before the due date for receipt of Proposals or proposals and any protest against the award of a contract must be received within ten calendar days after contract award or the protest will not be considered.

All protests must be in writing and submitted to the Director of Procurement for a written decision. The Director of Procurement shall make a recommendation to the Contracting Officer who shall issue a written decision and findings to the Contractor within 30 days from receipt of the written protest. This decision is then appealable to the Board of Commissioners within 30 days of receipt of the written decision. Appeals which are not timely filed will not be considered and the decision becomes final. All appeals shall be marked and sent to the address as listed in the example below:

APPEAL OF RFP NO. (insert exact number of RFP here) San Antonio Housing Authority

Attn: Stacy Padgett, Director of Procurement 818 South Flores Street San Antonio, TX 78204

8.0 Disputes under the contract:

8.1 Procedures: In addition to the procedures detailed within Form HUD-5370C I & II, General Conditions for Non-Construction Contracts, Public Housing Programs, in the event that any matter, claim, or dispute arises between the parties, whether or not related to this RFP or any resulting contract, both parties shall be subject to nonbinding mediation if agreed to by both parties within thirty days of either party making a request in writing. The parties further agree that if the matter, claim or dispute is not settled during mediation, it shall thereafter be submitted to binding arbitration. The parties shall make a good-faith attempt to mutually agree upon an arbitrator. If the parties cannot mutually agree upon an arbitrator after reasonable efforts have been exerted, then the matter, claim or dispute shall be submitted to the American Arbitration Association for final and binding arbitration. Unless extended by the arbitrator for good cause shown, the final arbitration hearing shall begin no later than two months after selection of the arbitrator.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 26

9.0 Additional Considerations: 9.1 Escalation: This is a Firm Fixed Price Contract with no escalation provisions. 9.2 Required Permits and Licenses: Unless otherwise stated in the RFP

documents, all Federal, State or local permits and licenses which may be required to provide the services ensuing from any award of this RFP, whether or not they are known to either the SAHA or the proposers at the time of the proposal submittal deadline or the award, shall be the sole responsibility of the successful proposer and all offers submitted by the proposer shall reflect all costs required by the successful proposer to procure and provide such necessary permits or licenses.

9.3 Taxes: All persons doing business with SAHA are hereby made aware that SAHA

is exempt from paying Texas State Sales and Use Taxes and Federal Excise Taxes. A letter of Tax Exemption will be provided upon request.

9.4 Government Standards: It is the responsibility of the prospective proposer to

ensure that all items and services proposed conform to all local, state and federal law concerning safety (OSHA) and environmental control (EPA and Bexar County Pollution Regulations) and any other enacted ordinance, code, law or regulation. The successful proposer shall be responsible for all costs incurred for compliance with any such possible ordinance, code, law or regulation. No time extensions shall be granted or financial consideration given to the successful proposer for time or monies lost due to violations of any such ordinance, code, law or regulations that may occur.

9.5 Free on Board (FOB) and Delivery: All costs submitted by the successful

proposer shall reflect the cost of delivering the proposed items and/or services to the locations specified within the RFP documents or within the Contract. All costs in the proposal submittal shall be quoted as FOB Destination, Freight Prepaid and allowed unless otherwise stated in this RFP.

9.5.1 The successful proposer agrees to deliver to the designated location(s)

on or before the date as specified in the finalized contract. Failure to deliver on or before the specified date constitutes an event of default by the successful proposer. Upon default, the successful proposer agrees that SAHA may, at its option, rescind the finalized contract under the termination clause herein and seek compensatory damages as provided by law.

9.6 Work on SAHA Property: If the successful proposer’s work under the contract

involves operations by the successful proposer on SAHA premises, the successful proposer shall take all necessary precautions to prevent the occurrence of any injury to persons or property during the progress of such work and, shall indemnify

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 27

SAHA, and their officers, agents, servants and employees against all loss which may result in any way from any act or omission of the successful proposer, its agents, employees, or subcontractors.

9.7 Estimated Quantities: Unless otherwise indicated, the quantities reflected within

the RFP documents, to the best of SAHA’s knowledge, reflect projected consumption data. These quantities are not meant to infer or imply actual consumption figures or quantities that will be purchased by SAHA under the finalized contract; but, pursuant to all RFP documents, these quantities will be used only as calculation figures to determine the successful proposer. SAHA makes no guarantee as to the actual quantity that will be purchased under the Contract resulting from this RFP.

9.8 Warranty:

9.8.1 The services provided under the contract shall conform to all information contained within the RFP documents as well as applicable Industry Published Technical Specifications, and if one of the above mentioned Specifications contains more stringent requirements than the other, the more stringent requirements shall apply.

9.8.2 The liability of the successful proposer to SAHA (except as to title) arising

out of the furnishing of services/goods under the terms of the contract shall not exceed the correcting of the defect(s) in the services/goods provided under the contract, and upon expiration of the warranty period all such liability shall terminate except under the warranty for merchantability and the warranty of fitness for a particular purpose. However, this limitation does not preclude SAHA from seeking indirect, consequential, incidental exemplary, and liquidated damages.

9.9 Official, Agent and Employees of the SAHA Not Personally Liable: It is agreed

by and between the parties hereto that in no event shall any official, officer, employee, or agent of he SAHA in any way be personally liable or responsible for any covenant or agreement herein contained whether expressed or implied, nor for any statement, representation or warranty made herein or in any connection with this agreement.

9.10 Subcontractors: Unless otherwise stated within the RFP documents, the

successful proposer may not use any subcontractors to accomplish any portion of the services described within the RFP documents or the contract without the prior written permission of the SAHA CA. Also, any substitution of subcontractors must be approved in writing by SAHA prior to their engagement.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 28

9.11 Salaries and Expenses Relating to the Successful Proposers Employees: Unless otherwise stated within the RFP documents, the successful proposer shall pay all salaries and expenses of, and all Federal, Social Security taxes, Federal and State Unemployment taxes, and any similar taxes relating to its employees used in the performance of the contract. The successful proposer further agrees to comply with all Federal, State and local wage and hour laws and all licensing laws applicable to its employees or other personnel furnished under this agreement.

9.12 Independent Contractor: Unless otherwise stated within the RFP documents or

the contract, the successful proposer is an independent contractor. Nothing herein shall create any association, agency, partnership or joint venture between the parties hereto and neither shall have any authority to bind the other in any way.

9.13 Severability: If any provision of this agreement or any portion or provision hereof

applicable to any particular situation or circumstance is held invalid, the remainder of this agreement or the remainder of such provision (as the case may be), and the application thereof to other situations or circumstances shall not be affected thereby.

9.14 Waiver of Breach: A waiver of either party of any terms or conditions of this

agreement in any instance shall not be deemed or construed as a waiver of such term or condition for the future, or of any subsequent breach thereof. All remedies, rights, undertakings, obligations, and agreements contained in this agreement shall be cumulative and none of them shall be in limitation of any other remedy, right, obligation or agreement of either party.

9.15 Time of the Essence: Time is of the essence as to each provision in which a

timeframe for performance is provided in this RFP. Failure to meet these timeframes may be considered a material breach, and SAHA may pursue compensatory and/or liquidated damages under the contract.

9.16 Limitation of Liability: In no event shall SAHA be liable to the successful

proposer for any indirect, incidental, consequential or exemplary damages.

9.17 Indemnity: The Contractor shall indemnify and hold harmless SAHA and its officers, agents, representatives, and employees from and against all claims, losses, damages, actions, causes of action and/or expenses resulting from, brought for, or on account of any personal injury or property damage received or sustained by any persons or property growing out of, occurring, or attributable to any work performed under or related to this Agreement, resulting in whole or in part from the negligent acts or omissions of the Contractor, any subcontractor, or any employee, agent or representative of the Contractor or any subcontractor, AND REGARDLESS OF WHETHER CAUSED IN WHOLE OR IN PART BY THE NEGLIGENCE OF SAHA. CONTRACTOR ACKNOWLEDGES AND AGREES

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 29

THAT THIS INDEMNITY CONTROLS OVER ALL OTHER PROVISIONS IN THE

AGREEMENT, SURVIVES TERMINATION OF THIS AGREEMENT, AND

APPLIES TO CLAIMS AND LIABILITY ARISING OUT OF THE SOLE OR

CONCURRENT NEGLIGENCE OF SAHA. 9.18 Public/Contracting Statutes. SAHA is a governmental entity as that term is

defined in the procurement statutes. SAHA and this RFP and all resulting contracts are subject to federal, state and local laws, rules, regulations and policies relating to procurement.

9.19 Termination: Any contract resulting from this RFP may be terminated under the

following conditions:

9.19.1 By mutual consent of both parties, and 9.19.2 For Termination For Cause: As detailed within Form HUD-5370C I &

II, General Conditions for Non-Construction Contracts, Public Housing Programs, attached hereto: 9.19.2.1 SAHA may terminate any and all contracts for default at any time in whole or in part, if the contractor fails to perform any of the provisions of any contract, so fails to pursue the work as to endanger performance in accordance with the terms of the RFP or any resulting contracts, and after receipt of written notice from SAHA, fails to correct such failures within seven (7) days or such other period as SAHA may authorize or require.

9.19.2.1.1 Upon receipt of a notice of termination issued from SAHA, the Contractor shall immediately cease all activities under any contract resulting from this RFP, unless expressly directed otherwise by SAHA in the notice of termination.

9.19.2.1.2 SAHA may terminate any contract resulting from this RFP in whole or in part, if funding is reduced, or is not obtained and continued at levels sufficient to allow for the expenditure.

9.19.3 Termination for Convenience: In the sole discretion of the

Contracting Officer, SAHA may terminate any and all contracts resulting from this RFP in whole or part upon fourteen days prior notice to the Contractor when it is determined to be in the best interest of SAHA.

9.19.4 The rights and remedies of SAHA provided under this section are not

exclusive and are in addition to any other rights and remedies provided by law or under any contract.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 30

9.19.5 In the event the resulting contract from this RFP is terminated for any reason, or upon its expiration, SAHA shall retain ownership of all work products including deliverables, source and object code, microcode, software licenses, and documentation in whatever form that may exist. In addition to any other provision, the Contractor shall transfer title and deliver to SAHA any partially completed work products, deliverables, source and object code, or documentation that the Contractor has produced or acquired in the performance of any resulting contract.

9.20 Examination and Retention of Contractor’s Records: SAHA, HUD, or

Comptroller General of the United States, or any of their duly authorized representatives shall, until three years after final payment under all contracts executed as a result of this RFP, have access to and the right to examine any of the Contractor’s directly pertinent books, documents, papers, or other records involving transactions related to this contract for the purpose of making audits, examinations, excerpts and transcriptions.

9.21 Invoicing (If applicable):

9.21.1 Contractor(s) will only be allowed to invoice for the cost of services/goods in compliance with his/ her proposal or best and final offer as accepted by SAHA.

9.21.2 Invoices must contain a complete description of the work or service that

was performed, the contract price for each service, the purchase order number, date of service, and address of service location or delivery address.

9.21.3 Contractor(s) must submit a separate invoice for each purchase order

issued by SAHA. Each service delivery must have a separate and unique purchase order number.

9.21.4 Upon the Award of Contract, Contractor shall receive a request from

SAHA to process all payments electronically to insure prompt and efficient payment of all invoices.

9.21.5 If offered by Contractor, SAHA seeks a discount for early payment.

SAHA shall only take such a discount if earned.

9.22 Interlocal Participation

9.22.1 SAHA may from time to time enter into Interlocal Cooperation Purchasing Agreements with other governmental entities or governmental cooperatives (hereafter collectively referred to as “Entity” or “Entities”) to enhance SAHA’s purchasing power. At SAHA’s sole discretion and option, SAHA may inform other Entities that they may acquire items listed in this RFP.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 31

Such acquisition(s) shall be at the prices stated herein, and shall be subject to Contractor’s acceptance.

9.22.2 In no event shall SAHA be considered a dealer, remarketer, agent or other representative of Contractor or Entity. Further, SAHA shall not be considered and is not an agent; partner or representative of the Entity making purchases hereunder, and shall not be obligated or liable for any such order.

9.22.3 Purchase orders shall be submitted to Contractor by the individual Entity.

9.22.4 SAHA shall not be liable or responsible for any obligation, including but not limited to, payment and for any item or service ordered by an Entity, other than SAHA.

9.23 Right to data and Patent Rights: SAHA shall have exclusive ownership of all,

proprietary interest in, and the right to full and exclusive possession of all information, materials and documents discovered or produced by Contractor pursuant to the terms of any resulting contract, including but not limited to, reports, memoranda or letters concerning the research and reporting tasks of any resulting contract. Both parties agree to comply with HUD Bulletin 909-23, which is the Notice of Assistance Regarding Patent and Copyright Infringement.

9.24 Lobbying Certification: By proposing to do business with SAHA or by doing

business with SAHA, each proposer certifies the following:

9.24.1 No Federal appropriated funds have been paid or will be paid, by or on behalf of the proposer, to any person for influencing or attempting to influence an officer or employee of Congress, or an employee of a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into any cooperative agreement, and the extension, continuation, renewal, amendment or modification of any Federal contract, grant, loan or cooperative agreement.

9.24.2 If any funds other than Federally appropriated funds have been paid or will

be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan, or cooperative agreement, the undersigned shall complete and submit Standard Form “Disclosure Form to Report Lobbying’, in accordance with its instructions.

9.24.3 The successful proposer shall require that the language of this certification be included in the award documents for all subawards at all tiers, (including but not limited to subcontractors, subgrants, and contracts

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 32

under grants, loans, and cooperative agreements) and that all subrecipients shall certify and disclose accordingly.

9.24.4 This clause is a material misrepresentation of fact upon which reliance will be placed when the award is made or a contract is entered into. The signing of a contract or acceptance of award certifies compliance with this certification, which is a prerequisite for making or entering into a contract, which is imposed by Section 1352, Title 31, U.S. Code. Any person who fails to file the required certifications shall be subject to civil penalty of not less than $10,000.00 and not more than $100,000.00 for each such failure.

9.25 Executive Order 11246: For all construction contracts awarded in excess of

$10,000, both parties hereby agree to comply with Executive Order 11246 of September 24, 1965, entitled “Equal Employment Opportunity,” as amended by Executive Order 11375 of October 13, 1967, and as supplemented in Department of Labor Regulations (41 CFR Chapter 60).

9.26 Copeland “Anti-Kickback” Act: For all construction or repair contracts awarded, both parties hereby agree to comply with the Copeland “Anti-Kickback” Act (18 U.S.C. 874) as supplemented in Department of Labor Regulations (29 CFR Part 3).

9.27 Davis-Bacon Act: For all construction contracts awarded in excess of $2,000 when required by Federal Grant Program legislation, both parties hereby agree to comply with the Davis-Bacon Act (40 U.S.C. 276a to 276a-7) as supplemented in Department of Labor Regulations (29 CFR Part 5) and attached wage decision.

9.28 Sections 103 and 107 of the Contract Work Hours and Safety Standards Act: For all construction contracts awarded in excess of $2,000 and for other contracts, which involve the employment of mechanics or laborers awarded in excess of $2,500, both parties hereby agree to comply with the Sections 103 and 107 of the Contract Work Hours and Safety Act (40 U.S.C. 327-330) as supplemented in Department of Labor Regulations (29 CFR Part 5).

9.29 Clean Act Air: For all contracts in excess of $100,000, both parties hereby agree to comply with all applicable standards, orders or requirements issued under Section 306 of the Clean air Act (42 U.S.C. 1857 (h), Section 508 of the Clean Water Act (33 U.S.C. 1368), Executive Order 11738, and Environmental Protection Agency regulations (40 CFR Part 15) and any amendments.

9.30 Energy Policy and Conservation Act: Both parties hereby agree to comply with

all mandatory standards and policies relating to energy efficiency, which are contained in the state energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub. L. 94-163, 89 STAT. 871) and any amendments.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 33

9.31 Executive Order 11061: Both parties agree that they will comply with this order, which directs the Secretary of HUD to take all action, which is necessary and appropriate to prevent discrimination by agencies that utilize federal funds.

9.32 Public Law 88-352, Title VI of the Civil Rights Act of 1964, and its

amendments: Both parties agree that no person in the United States shall, on the basis of race, color, national origin or sex, be excluded from participation in, denied the benefits of, or subjected to discrimination under any program or activity which receives federal financial assistance. SAHA hereby extends this requirement to the Contractor and its subcontractors. Specific prohibited discriminatory actions and corrective action are described in Chapter 2, Subtitle C, Title V of the Anti-Drug Abuse Act of 1988 (42 U.S.C. 19901 et. Seq.).

9.33 Public Law 90-284, Title VIII of the Civil Rights Act of 1968 and its

Amendments (Fair Housing Act): Both parties agree to comply and prohibit any person from discriminating in the sale or rental of housing, the financing of housing or the provision of brokerage services, including in any way making unavailable or denying a dwelling to any person because of race, color, religion, sex or national origin. As a result, SAHA requires that the Contractor administer all programs and activities, which are related to housing and community development in such a manner as affirmatively to further fair housing.

9.34 Age Discrimination Act of 1975 and its amendments: Requires the Contractor to prohibit discrimination on the basis of age. 9.35 Anti-Drug Abuse Act of 1988 (42 U.S.C. 11901 et. seq.) and its amendments:

SAHA requires Contractors to comply with this law. 9.36 HUD Information Bulletin 909-23: Contractors shall comply with the following

laws and regulations:

9.36.1 Notice of Assistance Regarding Patent and Copyright Infringement 9.36.2 Clean Air and Water Certification 9.36.3 Energy Policy and Conservation Act

9.37 Copy Rights/Rights in Data SAHA has unlimited rights to any data, including computer software, developed by the Contractor in the performance of the Contract specifically:

9.37.1 Except as provided elsewhere in this clause, SAHA shall have unlimited rights in data first produced in the performance of this Contract; form, fit, and function data delivered under this Contract; data delivered under this Contract (except for restricted computer software) that constitute manuals or instructional and training material for installation, operation, or routine maintenance and repair of items, components, or processes delivered or furnished for use

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 34

under this Contract; and all other data delivered under this Contract unless provided otherwise for limited rights data or restricted computer software.

9.37.2 Contractor shall have the right to: use, release to others, reproduce,

distribute, or publish any data first produced or specifically used by the Contractor in the performance of this Contract, unless provided otherwise in this contract; protect from unauthorized disclosure and use those data which are limited rights data or restricted computer software to the extent provided in this contract; substantiate use of, add or correct limited rights, restricted rights, or copyright notices and to take other appropriate action in accordance with this contract; and establish claim to copyright subsisting in data first produced in the performance of this Contract to the extent provided below.

9.37.3 For data first produced in the performance of this Contract, the

contractor may establish, without prior approval of the CA, claim to copyright subsisting in scientific or technical articles based on or containing data first produced in the performance of this Contract. The Contractor grants SAHA and others acting on its behalf a paid-up, non-exclusive, irrevocable, worldwide license in such copyrighted data to reproduce, prepare derivative works, distribute copies to the public, and perform or display publicly by or on behalf of SAHA.

9.37.4 The Contractor shall not, without the prior written permission of the

CA, incorporate in data delivered under this Contract any data not first produced in the performance of this Contract and which contains copyright notice, unless the Contractor identifies such data and grants SAHA a license of the same scope as identified in the preceding paragraph.

9.37.5 SAHA agrees not to remove any copyright notices placed on data

and to include such notices in all reproductions of the data. If any data delivered under this Contract are improperly marked, SAHA may either at its discretion return the data to the Contractor or cancel or ignore the markings.

9.37.6 The Contractor is responsible for obtaining from its subcontractors

all data and rights necessary to fulfill the Contractor’s obligations under this Contract.

9.37.7 Notwithstanding any provisions to the contrary contained in the

Contractor’s standard commercial license or lease contract pertaining to any restricted computer software delivered under this Contract, and irrespective of whether any such contract has been

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 35

proposed prior to the award of this Contract or of the fact that such contract may be affixed to or accompany the restricted computer software upon delivery, the Contractor agrees that SAHA shall have the rights set forth below to use, duplicate, or disclose any restricted computer software delivered under this Contract. The terms and conditions of any resulting contract, including any commercial lease or licensing contract shall be subject to the following procedures.

9.37.7.1 The restricted computer software delivered under a

resulting contract may not be used, reproduced, or disclosed by SAHA except as provided below or as expressly stated otherwise in a resulting contract. The restricted computer software may be used accordingly:

9.37.7.1.1. Used or copied for use in or with the

computers for which it was acquired, including use at any SAHA location to which such computer may be transferred;

9.37.7.1.2 Used or copied for use in or with backup

computer if any computer for which it was acquired is inoperative;

9.37.7.1.3 Reproduced for safekeeping (archives) or backup purposes;

9.37.7.1.4 Modified, adapted, or combined with other computer software, provided that the modified, combined, or adapted portions of the derivative software incorporating any of the delivered, restricted computer software shall be subject to the same restrictions set forth in a resulting contract; and

9.37.7.1.5 Used or copied for use in or transferred to a replacement computer.

9.38 Additional Information: Each provision of law and each clause, which is required by law to be inserted in this RFP or any contract, shall be deemed to have been inserted herein, and this RFP and any resulting contract shall be read and enforced as though such provision or clause had been physically inserted herein. If, through mistake or otherwise, any such provision is not inserted or is inserted incorrectly, this agreement shall forthwith be physically amended to make such insertion or correction upon the application of either party. The fore-mentioned statutes, regulations and executive orders are not intended as an indication that

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 36

such statute, regulation or executive order is necessary applicable nor is an omission of such statute, regulation or executive order intended to indicate that it is not applicable.

9.39 Conflicting Conditions: In the even there is a conflict between the documents

comprising this RFP and any resulting contracts, the following order of precedence shall govern: (1) the more restrictive terms of either: any and all attached HUD forms and the term/conditions in the body of any resulting contract; (2) the RFP; and (3) Contractor’s Response. In the event that a conflict exists between any state statute, or federal law the most restrictive terms shall apply.

9.40 Interpretations: No official oral interpretation can be made to any proposer as to

the meaning of any instruction, condition, specifications, drawing (if any), or any other document issued pertaining to this RFP. Every request for an official interpretation shall be made by the prospective proposer, in writing at least seven (7) days prior to the submission deadline. Official interpretations will be issued in the form of addenda, which will be posted on www.saha.org and nahro.economicengine.com ; but it shall be the prospective proposer’s responsibility to make inquiry as to addenda issued. All such addenda shall become a part of the RFP documents and the proposed contract with the successful proposer and all proposers shall be bound by such addenda, whether or not received by the prospective or successful proposer(s).

9.41 Contract Form: SAHA will not execute a contract on the successful proposer’s

form. Contracts will only be executed on SAHA’s form. By submitting a proposal, the successful proposer agrees to this condition. However, SAHA will consider any contract clauses that the proposer wishes to include therein, but the failure of SAHA to include such clauses does not give the successful proposer the right to refuse to execute SAHA’s contract form. It is the responsibility of each prospective proposer to notify SAHA, in writing, with the proposal submittal of any contract clauses that he/she is not willing to include in the final executed contract. SAHA will consider such clauses and determine whether or not to amend the Contract.

9.42 Liquidated Damages: For each day that performance under a resulting contract from this RFP is delayed beyond the time specified for completion, the successful proposer shall be liable for liquidated damages in the amount of $100.00 per day. However, the timeframe for performance may be adjusted at SAHA’s discretion in writing and received by the successful proposer prior to default under any resulting contract.

9.42.1 Force Majeure: Neither SAHA nor Contractor shall be held responsible

for delays or default caused by fire, flood, riot, acts of God or war where

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 37

such cause was beyond, respectively, SAHA or Contractor’s reasonable control. Contractor shall make all reasonable efforts to remove or eliminate such a cause of delay or default and shall, upon the cessation of the cause, diligently pursue performance of its obligations under this Agreement.

9.43 Immigration Reform: By submitting a proposal Contractor certifies compliance

with the Immigration Reform and Control Act of 1986 regarding employment verification and retention of verification forms for any individuals hired on or after November 6, 1986 who will perform any labor or services under any resulting contract.

9.44 Most Favored Customer: The Contractor agrees that if during the term of any

resulting contract, the Contractor enters into any agreement with any other governmental customer, or any non-affiliated commercial customer by which it agrees to provide equivalent services at lower prices, or additional services at comparable prices, the resulting Contract will at SAHA’s option, be amended to accord equivalent advantage to SAHA.

9.45 Lapse in Insurance Coverage: In the event Contractor fails to maintain

insurance as required by a resulting contract, the Contractor shall immediately cure such lapse in insurance coverage at the Contractor’s expense, and pay SAHA in full for all costs and expenses incurred by SAHA under this Contract as a result of Contractor’s failure to maintain insurance as required, including costs and reasonable attorney’s fees relating to SAHA’s attempts to cure such lapse in insurance coverage. Such costs and attorney fees, not to exceed fifteen hundred and 00/100 dollars ($1,500.00), shall be automatically deducted from monies or payments owed to Contractors. Moreover, SAHA shall retain from monies or payments owed to Contractor by SAHA five percent (5%) of the value of the Contract and place this retainage into an account to cover SAHA’s potential exposure to liability during the period of such lapse. This retainage shall be held by SAHA until six (6) months after the term of the resulting contract has ended or has otherwise been terminated, cancelled or expired and shall be released if no claims are received or lawsuits filed against SAHA for any matter that should have been covered by the required insurance.

9.46 Fair Labor Standards Act: Both parties hereby agree to comply with the

provisions of the Fair Labor Standards Act (29 U.S.C. 201, et seq).

Remainder of this page left blank intentionally.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 38

ATTACHMENT A PROPOSAL FEE FORM,

PROPOSER’S CERTIFICATION COST ANALYSIS

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 39

FORM OF PROPOSAL

(Attachment A)

(This Form must be fully completed and placed under Tab No. 1 of the “hard copy” tabbed proposal submittal.)

Instructions: Unless otherwise specifically required, the items listed below must be completed and included in the proposal submittal. Please complete this form by marking an “X,” where provided, to verify that the referenced completed form or information has been included within the “hard copy” proposal submittal submitted by the proposer. Also, complete the Section 3 Statement and the Proposer’s Statement as noted below:

X=ITEM INCLUDED SUBMITTAL ITEMS (One (1) Original Signature Copy and Three (3) exact CD/DVD copies of proposal less pricing information)

________ Tab 1 Form of Proposal (Attachment A) ________ Tab 2 HUD Forms & Conflict of Interest

Questionnaire(Attachment B) ________ Tab 3 Profile of Firm Form (Attachment C) ________ Tab 4 Performance, Managerial, Operational and

Financial Capacity, Service Plan ________ Tab 5 Client Information ________ Tab 6 Subcontractor/Joint Venture Information ________ Tab 7 Section 3 Business Plan & Documentation ________ Tab 8 S/W/MBE Business Plan ________ Tab 9 Company Biography and other information

SECTION 3 STATEMENT

Are you claiming a Section 3 business preference? YES___ or NO____. If “YES,” pursuant to the documentation justifying such submitted under Tab No. 8, which priority are you claiming? _____ Priority I _____ Priority II _____ Priority III _____ Priority IV

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 40

Fee Form The undersigned proposer hereby states that by completing and submitting this Form and all other documents within this proposal submittal, he/she is verifying that all information provided herein is, to the best of his/her knowledge, true and accurate, and that if SAHA discovers that any information entered herein to be false, that shall entitle SAHA to not consider or make award or to cancel any award with the undersigned party. Further, by completing and submitting the proposal submittal, and by entering and submitting the costs where provided, the undersigned proposer is thereby agreeing to abide by all terms and conditions pertaining to this RFP as issued by SAHA, in hard copy. Pursuant to all RFP Documents, all attachments, and all completed Documents submitted by proposer, including these forms, addendums, and all attachments, the undersigned proposes to supply SAHA with the services described herein for the fee(s) entered within the areas provided.

UNIT PRICES Fire Extinguishers 2.5 lb. 5 lb. 10 lb. 20 lb.

Inspection O-Ring Valve Stem Tag Hydrostatic test Recharge New Bracket Installation

Fire Hoses 50 ft. 75 ft. 100 ft.

Inspection O-Ring Tag Hydrostatic-test New Installation

Misc. Charges

Inspection R-102 Auto Hydo Test R-102 Auto Minimum Service Fee** ** This is the minimum amount the Contractor will charge for going to a property to perform an inspection, service and/or replacement. SAHA will pay the lesser between the minimum service fee and the actual cost of the service being performed. SAHA will not pay minimum service fees that are a result of the Contractor being required to make multiple trips to complete a requested service.

In performing this contract, the contractor(s) shall comply with any and all applicable federal, state or local laws including but not limited to: Occupational Safety & Health, Equal Employment Opportunity, Immigration and Naturalization, The Americans with Disabilities Act, State Tax and Insurance Law, and the Fair Housing Act.

Initials________

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 41

Non-Collusive Affidavit: The undersigned party submitting this Proposal hereby certifies that such Proposal is genuine and not collusive and that said Proposer has not colluded, conspired, connived or agreed, directly or indirectly, with any Proposer or person, to put in a sham Proposal or to refrain from bidding, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the Proposal price of affiant or of any other Proposer, to fix overhead, profit or cost element of said Proposal price, or that of any other Proposer or to secure any advantage against SAHA or any person interested in the proposed contract; and that all statements in said Proposal are true. Initials________ CD submitted contains an exact electronic copy of the original proposal minus cost. SAHA accepts no liability for the omissions, deletions or errors in the CD submission of the proposal. Initials________

Signature & Addenda Acknowledgements

Addendum #1 Date

Addendum #2 Date

Addendum #3 Date

Signature Date Printed Name Company E-mail address if available Phone Fax

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 42

Proposer’s Certification

By signing below, Proposer certifies that the following statements are true and correct: 1. He/she has full authority to bind Proposer and that no member of Proposer’s organization is

disbarred, suspended or otherwise prohibited from contracting with any federal, state or local agency,

2. Items for which Proposals were provided herein will be delivered as specified in the Proposal,

3. Proposer proposes to furnish and deliver in accordance with the terms, conditions, and specifications embodied herein, all of which terms, conditions, and specifications are hereby accepted and made a part of this Proposal, all materials and supplies, which are described on the Proposal worksheets herein and opposite of which prices have been entered, at the price or prices quoted, subject to valid price reductions as hereafter defined, as ordered for delivery, by SAHA,

4. Proposer agrees that this proposal shall remain open and valid for at least a period of 60 days from the date of the Proposal Opening and that this Proposal shall constitute an offer, which, if accepted by SAHA and subject to the terms and conditions of such acceptance, shall result in a contract between SAHA and the undersigned Proposer,

5. He/she has not given, offered to give, nor intends to give at any time hereafter any economic opportunity, future employment, gift, loan, gratuity, special discount, trip, favor, or service to a public servant in connection with this Proposal,

6. Proposer, nor the firm, corporation, partnership, or institution represented by the Proposer, or anyone acting for such firm, corporation or institution has violated the antitrust laws of the State of Texas or the Federal Antitrust laws, nor communicated directly or indirectly the Proposal made to any competitor or any other person engaged in such line of business,

7. Proposer has not received compensation for participation in the preparation of the specifications for this RFP, and

8. The individual or business entity named in this Proposal is eligible to receive the specified payment and acknowledges that this Contract may be terminated and payment may be withheld if this certification is inaccurate,

9. CD submitted contains an exact electronic copy of the original proposal minus cost. SAHA accepts no liability for the omissions, deletions or errors in the CD submission of the proposal.

SIGNED: ________________________________ _________________________________ (Print Name)

_________________________________ (Print Company Name)

_________________________________ Seal if by Corporation (Company Phone & Fax & Email Address)

_________________________________ (Date)

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 43

Cost Analysis HUD regulations require a cost analysis prior to an award of contract. Please supply the information requested below as to how the fees on the proposal fee sheet were calculated. Calculations to be based on the unit cost to inspect, repair and recharge a 5lb ABC Fire Extinguisher. DIRECT COSTS:

Direct Labor (Personnel) $_______________ Equipment $_______________ Supplies $_______________ Travel and Per Diem $_______________ Subcontractors or Consultants $_______________ Other: $_______________ (Computer time, copying, long distance phone calls, etc)

INDIRECT COSTS:

Overhead $______________

General & Administrative Expenses $_______________ PROFIT OR FEE $

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 44

ATTACHMENT B

HUD FORMS AND CONFLICT OF INTEREST QUESTIONNAIRE

form HUD-5369-C (8/93)ref. Handbook 7460.8Previous edition is obsolete page 1 of 2

1. Contingent Fee Representation and Agreement

(a) The bidder/offeror represents and certifies as part of its bid/offer that, except for full-time bona fide employees workingsolely for the bidder/offeror, the bidder/offeror:

(1) [ ] has, [ ] has not employed or retained any person orcompany to solicit or obtain this contract; and

(2) [ ] has, [ ] has not paid or agreed to pay to any personor company employed or retained to solicit or obtain thiscontract any commission, percentage, brokerage, or otherfee contingent upon or resulting from the award of thiscontract.

(b) If the answer to either (a)(1) or (a) (2) above is affirmative,the bidder/offeror shall make an immediate and full writtendisclosure to the PHA Contracting Officer.

(c) Any misrepresentation by the bidder/offeror shall give thePHA the right to (1) terminate the resultant contract; (2) at itsdiscretion, to deduct from contract payments the amount of anycommission, percentage, brokerage, or other contingent fee; or(3) take other remedy pursuant to the contract.

2. Small, Minority, Women-Owned Business Concern Rep-resentation

The bidder/offeror represents and certifies as part of its bid/ offerthat it:

(a) [ ] is, [ ] is not a small business concern. “Small businessconcern,” as used in this provision, means a concern, includ-ing its affiliates, that is independently owned and operated,not dominant in the field of operation in which it is bidding,and qualified as a small business under the criteria and sizestandards in 13 CFR 121.

(b) [ ] is, [ ] is not a women-owned small business concern.“Women-owned,” as used in this provision, means a smallbusiness that is at least 51 percent owned by a woman orwomen who are U.S. citizens and who also control andoperate the business.

(c) [ ] is, [ ] is not a minority enterprise which, pursuant toExecutive Order 11625, is defined as a business which is atleast 51 percent owned by one or more minority groupmembers or, in the case of a publicly owned business, at least51 percent of its voting stock is owned by one or moreminority group members, and whose management and dailyoperations are controlled by one or more such individuals.

For the purpose of this definition, minority group members are:

(Check the block applicable to you)

[ ] Black Americans [ ] Asian Pacific Americans

[ ] Hispanic Americans [ ] Asian Indian Americans

[ ] Native Americans [ ] Hasidic Jewish Americans

3. Certificate of Independent Price Determination

(a) The bidder/offeror certifies that—

(1) The prices in this bid/offer have been arrived at indepen-dently, without, for the purpose of restricting competi-tion, any consultation, communication, or agreementwith any other bidder/offeror or competitor relating to (i)those prices, (ii) the intention to submit a bid/offer, or(iii) the methods or factors used to calculate the pricesoffered;

(2) The prices in this bid/offer have not been and will not beknowingly disclosed by the bidder/offeror, directly orindirectly, to any other bidder/offeror or competitor be-fore bid opening (in the case of a sealed bid solicitation)or contract award (in the case of a negotiated solicitation)unless otherwise required by law; and

(3) No attempt has been made or will be made by the bidder/offeror to induce any other concern to submit or not tosubmit a bid/offer for the purpose of restricting competition.

(b) Each signature on the bid/offer is considered to be a certifi-cation by the signatory that the signatory:

(1) Is the person in the bidder/offeror’s organization respon-sible for determining the prices being offered in this bidor proposal, and that the signatory has not participatedand will not participate in any action contrary to subpara-graphs (a)(l) through (a)(3) above; or

(2) (i) Has been authorized, in writing, to act as agent for thefollowing principals in certifying that those principalshave not participated, and will not participate in anyaction contrary to subparagraphs (a)(l) through (a)(3)above (insert full name of person(s) in the bidder/offeror’sorganization responsible for determining the prices of-fered in this bid or proposal, and the title of his or herposition in the bidder/offeror’s organization);

(ii) As an authorized agent, does certify that the princi-pals named in subdivision (b)(2)(i) above have not par-ticipated, and will not participate, in any action contraryto subparagraphs (a)(l) through (a)(3) above; and

U.S. Department of Housingand Urban DevelopmentOffice of Public and Indian Housing

Certifications andRepresentationsof OfferorsNon-Construction Contract

Public reporting burden for this collection of information is estimated to average 5 minutes per response, including the time for reviewing instructions, searchingexisting data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information.

This form includes clauses required by OMB’s common rule on bidding/offering procedures, implemented by HUD in 24 CFR 85.36, and those requirementsset forth in Executive Order 11625 for small, minority, women-owned businesses, and certifications for independent price determination, and conflict of interest.The form is required for nonconstruction contracts awarded by Housing Agencies (HAs). The form is used by bidders/offerors to certify to the HA's ContractingOfficer for contract compliance. If the form were not used, HAs would be unable to enforce their contracts. Responses to the collection of information arerequired to obtain a benefit or to retain a benefit. The information requested does not lend itself to confidentiality.

form HUD-5369-C (8/93)ref. Handbook 7460.8Previous edition is obsolete page 2 of 2

(iii) As an agent, has not personally participated, and willnot participate in any action contrary to subparagraphs(a)(l) through (a)(3) above.

(c) If the bidder/offeror deletes or modifies subparagraph (a)2above, the bidder/offeror must furnish with its bid/offer asigned statement setting forth in detail the circumstances ofthe disclosure.

4. Organizational Conflicts of Interest Certification

(a) The Contractor warrants that to the best of its knowledge andbelief and except as otherwise disclosed, it does not have anyorganizational conflict of interest which is defined as asituation in which the nature of work under a proposedcontract and a prospective contractor’s organizational, fi-nancial, contractual or other interest are such that:

(i) Award of the contract may result in an unfair competi-tive advantage;

(ii) The Contractor’s objectivity in performing the con-tract work may be impaired; or

(iii) That the Contractor has disclosed all relevant infor-mation and requested the HA to make a determinationwith respect to this Contract.

(b) The Contractor agrees that if after award he or she discoversan organizational conflict of interest with respect to thiscontract, he or she shall make an immediate and full disclo-sure in writing to the HA which shall include a description ofthe action which the Contractor has taken or intends toeliminate or neutralize the conflict. The HA may, however,terminate the Contract for the convenience of HA if it wouldbe in the best interest of HA.

(c) In the event the Contractor was aware of an organizationalconflict of interest before the award of this Contract andintentionally did not disclose the conflict to the HA, the HAmay terminate the Contract for default.

(d) The Contractor shall require a disclosure or representationfrom subcontractors and consultants who may be in a positionto influence the advice or assistance rendered to the HA andshall include any necessary provisions to eliminate or neutralizeconflicts of interest in consultant agreements or subcontractsinvolving performance or work under this Contract.

5. Authorized Negotiators (RFPs only)

The offeror represents that the following persons are authorizedto negotiate on its behalf with the PHA in connection with thisrequest for proposals: (list names, titles, and telephone numbersof the authorized negotiators):

6. Conflict of Interest

In the absence of any actual or apparent conflict, the offeror, bysubmission of a proposal, hereby warrants that to the best of itsknowledge and belief, no actual or apparent conflict of interestexists with regard to my possible performance of this procure-ment, as described in the clause in this solicitation titled “Orga-nizational Conflict of Interest.”

7. Offeror's Signature

The offeror hereby certifies that the information contained inthese certifications and representations is accurate, complete,and current.

Signature & Date:

Typed or Printed Name:

Title:

General Conditions for Non-Construction Contracts Section I – (With or without Maintenance Work)

U.S. Department of Housing and Urban Development Office of Public and Indian Housing Office of Labor Relations OMB Approval No. 2577-0157 (exp. 11/30/2008)

Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.C. 20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this completed form to either of these addressees.

Applicability. This form HUD-5370-C has 2 Sections. These Sections must be inserted into non-construction contracts as described below:

1) Non-construction contracts (without maintenance) greater than $100,000 - use Section I;

2) Maintenance contracts (including nonroutine maintenance as defined at 24 CFR 968.105) greater than $2,000 but not more than $100,000 - use Section II; and

3) Maintenance contracts (including nonroutine maintenance), greater than $100,000 – use Sections I and II.

==================================================== Section I - Clauses for All Non-Construction Contracts greater than $100,000 ==================================================== 1. Definitions The following definitions are applicable to this contract:

(a) "Authority or Housing Authority (HA)" means the Housing Authority.

(b) "Contract" means the contract entered into between the Authority and the Contractor. It includes the contract form, the Certifications and Representations, these contract clauses, and the scope of work. It includes all formal changes to any of those documents by addendum, Change Order, or other modification.

(c) "Contractor" means the person or other entity entering into the contract with the Authority to perform all of the work required under the contract.

(d) "Day" means calendar days, unless otherwise stated. (e) "HUD" means the Secretary of Housing and Urban

development, his delegates, successors, and assigns, and the officers and employees of the United States Department of Housing and Urban Development acting for and on behalf of the Secretary.

2. Changes

(a) The HA may at any time, by written order, and without notice to the sureties, if any, make changes within the general scope of this contract in the services to be performed or supplies to be delivered.

(b) If any such change causes an increase or decrease in the hourly rate, the not-to-exceed amount of the contract, or the time required for performance of any part of the work under this contract, whether or not changed by the order, or otherwise affects the conditions of this contract, the HA shall make an equitable adjustment in the not-to-exceed amount, the hourly rate, the delivery schedule, or other affected terms, and shall modify the contract accordingly.

(c) The Contractor must assert its right to an equitable adjustment under this clause within 30 days from the date of receipt of the written order. However, if the HA decides that the facts justify it, the HA may receive and act upon a

proposal submitted before final payment of the contract. (d) Failure to agree to any adjustment shall be a dispute under

clause Disputes, herein. However, nothing in this clause shall excuse the Contractor from proceeding with the contract as changed.

(e) No services for which an additional cost or fee will be charged by the Contractor shall be furnished without the prior written consent of the HA.

3. Termination for Convenience and Default

(a) The HA may terminate this contract in whole, or from time to time in part, for the HA's convenience or the failure of the Contractor to fulfill the contract obligations (default). The HA shall terminate by delivering to the Contractor a written Notice of Termination specifying the nature, extent, and effective date of the termination. Upon receipt of the notice, the Contractor shall: (i) immediately discontinue all services affected (unless the notice directs otherwise); and (ii) deliver to the HA all information, reports, papers, and other materials accumulated or generated in performing this contract, whether completed or in process.

(b) If the termination is for the convenience of the HA, the HA shall be liable only for payment for services rendered before the effective date of the termination.

(c) If the termination is due to the failure of the Contractor to fulfill its obligations under the contract (default), the HA may (i) require the Contractor to deliver to it, in the manner and to the extent directed by the HA, any work as described in subparagraph (a)(ii) above, and compensation be determined in accordance with the Changes clause, paragraph 2, above; (ii) take over the work and prosecute the same to completion by contract or otherwise, and the Contractor shall be liable for any additional cost incurred by the HA; (iii) withhold any payments to the Contractor, for the purpose of off-set or partial payment, as the case may be, of amounts owed to the HA by the Contractor.

(d) If, after termination for failure to fulfill contract obligations (default), it is determined that the Contractor had not failed, the termination shall be deemed to have been effected for the convenience of the HA, and the Contractor shall been titled to payment as described in paragraph (b) above.

(e) Any disputes with regard to this clause are expressly made subject to the terms of clause titled Disputes herein.

4. Examination and Retention of Contractor's Records

(a) The HA, HUD, or Comptroller General of the United States, or any of their duly authorized representatives shall, until 3 years after final payment under this contract, have access to and the right to examine any of the Contractor's directly pertinent books, documents, papers, or other records involving transactions related to this contract for the purpose of making audit, examination, excerpts, and transcriptions.

Section I - Page 1 of 6

form HUD-5370-C (10/2006)

(b) The Contractor agrees to include in first-tier subcontracts under this contract a clause substantially the same as paragraph (a) above. "Subcontract," as used in this clause, excludes purchase orders not exceeding $10,000.

(c) The periods of access and examination in paragraphs (a) and (b) above for records relating to: (i) appeals under the clause titled Disputes; (ii) litigation or settlement of claims arising from the performance of this contract; or, (iii) costs and expenses of this contract to which the HA, HUD, or Comptroller General or any of their duly authorized representatives has taken exception shall continue until disposition of such appeals, litigation, claims, or exceptions.

5. Rights in Data (Ownership and Proprietary Interest)

The HA shall have exclusive ownership of, all proprietary interest in, and the right to full and exclusive possession of all information, materials and documents discovered or produced by Contractor pursuant to the terms of this Contract, including but not limited to reports, memoranda or letters concerning the research and reporting tasks of this Contract.

6. Energy Efficiency

The contractor shall comply with all mandatory standards and policies relating to energy efficiency which are contained in the energy conservation plan issued in compliance with the Energy Policy and Conservation Act (Pub.L. 94-163) for the State in which the work under this contract is performed.

7. Disputes

(a) All disputes arising under or relating to this contract, except for disputes arising under clauses contained in Section III, Labor Standards Provisions, including any claims for damages for the alleged breach there of which are not disposed of by agreement, shall be resolved under this clause.

(b) All claims by the Contractor shall be made in writing and submitted to the HA. A claim by the HA against the Contractor shall be subject to a written decision by the HA.

(c) The HA shall, with reasonable promptness, but in no event in no more than 60 days, render a decision concerning any claim hereunder. Unless the Contractor, within 30 days after receipt of the HA's decision, shall notify the HA in writing that it takes exception to such decision, the decision shall be final and conclusive.

(d) Provided the Contractor has (i) given the notice within the time stated in paragraph (c) above, and (ii) excepted its claim relating to such decision from the final release, and (iii) brought suit against the HA not later than one year after receipt of final payment, or if final payment has not been made, not later than one year after the Contractor has had a reasonable time to respond to a written request by the HA that it submit a final voucher and release, whichever is earlier, then the HA's decision shall not be final or conclusive, but the dispute shall be determined on the merits by a court of competent jurisdiction.

(e) The Contractor shall proceed diligently with performance of this contract, pending final resolution of any request for relief, claim, appeal, or action arising under the contract, and comply with any decision of the HA.

8. Contract Termination; Debarment

A breach of these Contract clauses may be grounds for termination of the Contract and for debarment or denial of participation in HUD programs as a Contractor and a subcontractor as provided in 24 CFR Part 24.

9. Assignment of Contract

The Contractor shall not assign or transfer any interest in this contract; except that claims for monies due or to become due from the HA under the contract may be assigned to a bank, trust company, or other financial institution. If the Contractor is a partnership, this contract shall inure to the benefit of the surviving or remaining member(s) of such partnership approved by the HA.

10. Certificate and Release

Prior to final payment under this contract, or prior to settlement upon termination of this contract, and as a condition precedent thereto, the Contractor shall execute and deliver to the HA a certificate and release, in a form acceptable to the HA, of all claims against the HA by the Contractor under and by virtue of this contract, other than such claims, if any, as may be specifically excepted by the Contractor in stated amounts set forth therein.

11. Organizational Conflicts of Interest

(a) The Contractor warrants that to the best of its knowledge and belief and except as otherwise disclosed, it does not have any organizational conflict of interest which is defined as a situation in which the nature of work under this contract and a contractor's organizational, financial, contractual or other interests are such that: (i) Award of the contract may result in an unfair

competitive advantage; or (ii) The Contractor's objectivity in performing the contract

work may be impaired. (b) The Contractor agrees that if after award it discovers an

organizational conflict of interest with respect to this contract or any task/delivery order under the contract, he or she shall make an immediate and full disclosure in writing to the Contracting Officer which shall include a description of the action which the Contractor has taken or intends to take to eliminate or neutralize the conflict. The HA may, however, terminate the contract or task/delivery order for the convenience of the HA if it would be in the best interest of the HA.

(c) In the event the Contractor was aware of an organizational conflict of interest before the award of this contract and intentionally did not disclose the conflict to the Contracting Officer, the HA may terminate the contract for default.

(d) The terms of this clause shall be included in all subcontracts and consulting agreements wherein the work to be performed is similar to the service provided by the prime Contractor. The Contractor shall include in such subcontracts and consulting agreements any necessary provisions to eliminate or neutralize conflicts of interest.

12. Inspection and Acceptance

(a) The HA has the right to review, require correction, if necessary, and accept the work products produced by the Contractor. Such review(s) shall be carried out within 30 days so as to not impede the work of the Contractor. Any

Section I - Page 2 of 6

Form HUD-5370-C (10/2006)

product of work shall be deemed accepted as submitted if the HA does not issue written comments and/or required corrections within 30 days from the date of receipt of such product from the Contractor.

(b) The Contractor shall make any required corrections promptly at no additional charge and return a revised copy of the product to the HA within 7 days of notification or a later date if extended by the HA.

(c) Failure by the Contractor to proceed with reasonable promptness to make necessary corrections shall be a default. If the Contractor's submission of corrected work remains unacceptable, the HA may terminate this contract (or the task order involved) or reduce the contract price or cost to reflect the reduced value of services received.

13. Interest of Members of Congress

No member of or delegate to the Congress of the United States of America or Resident Commissioner shall be admitted to any share or part of this contract or to any benefit to arise there from, but this provision shall not be construed to extend to this contract if made with a corporation for its general benefit.

14. Interest of Members, Officers, or Employees and Former Members, Officers, or Employees

No member, officer, or employee of the HA, no member of the governing body of the locality in which the project is situated, no member of the governing body in which the HA was activated, and no other pubic official of such locality or localities who exercises any functions or responsibilities with respect to the project, shall, during his or her tenure, or for one year thereafter, have any interest, direct or indirect, in this contract or the proceeds thereof.

15. Limitation on Payments to Influence Certain Federal Transactions

(a) Definitions. As used in this clause:

"Agency", as defined in 5 U.S.C. 552(f), includes Federal executive departments and agencies as well as independent regulatory commissions and Government corporations, as defined in 31 U.S.C. 9101(1).

"Covered Federal Action" means any of the following Federal actions:

(i) The awarding of any Federal contract; (ii) The making of any Federal grant; (iii) The making of any Federal loan; (iv) The entering into of any cooperative agreement; and, (v) The extension, continuation, renewal, amendment, or

modification of any Federal contract, grant, loan, or cooperative agreement.

Covered Federal action does not include receiving from an agency a commitment providing for the United States to insure or guarantee a loan.

"Indian tribe" and "tribal organization" have the meaning provided in section 4 of the Indian Self-Determination and Education Assistance Act (25 U.S.C. 450B). Alaskan Natives are included under the definitions of Indian tribes in that Act.

"Influencing or attempting to influence" means making, with the intent to influence, any communication to or appearance before an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any covered Federal action.

"Local government" means a unit of government in a State and, if chartered, established, or otherwise recognized by a State for the performance of a governmental duty, including a local public authority, a special district, an intrastate district, a council of governments, a sponsor group representative organization, and any other instrumentality of a local government.

"Officer or employee of an agency" includes the following individuals who are employed by an agency:

(i) An individual who is appointed to a position in the Government under title 5, U.S.C., including a position under a temporary appointment;

(ii) A member of the uniformed services as defined in section 202, title 18, U.S.C.;

(iii) A special Government employee as defined in section 202, title 18, U.S.C.; and,

(iv) An individual who is a member of a Federal advisory committee, as defined by the Federal Advisory Committee Act, title 5, appendix 2.

“Person" means an individual, corporation, company, association, authority, firm, partnership, society, State, and local government, regardless of whether such entity is operated for profit or not for profit. This term excludes an Indian tribe, tribal organization, or other Indian organization with respect to expenditures specifically permitted by other Federal law.

"Recipient" includes all contractors, subcontractors at any tier, and subgrantees at any tier of the recipient of funds received in connection with a Federal contract, grant, loan, or cooperative agreement. The term excludes an Indian tribe, tribal organization, or any other Indian organization with respect to expenditures specifically permitted by other Federal law.

"Regularly employed means, with respect to an officer or employee of a person requesting or receiving a Federal contract, grant, loan, or cooperative agreement, an officer or employee who is employed by such person for at least 130 working days within one year immediately preceding the date of the submission that initiates agency consideration of such person for receipt of such contract, grant, loan, or cooperative agreement. An officer or employee who is employed by such person for less than 130 working days within one year immediately preceding the date of submission that initiates agency consideration of such person shall be considered to be regularly employed as soon as he or she is employed by such person for 130 working days.

"State" means a State of the United States, the District of Columbia, the Commonwealth of Puerto Rico, a territory or possession of the United States, an agency or instrumentality of a State, and a multi-State, regional, or interstate entity having governmental duties and powers. (b) Prohibition.

(i) Section 1352 of title 31, U.S.C. provides in part that no appropriated funds may be expended by the recipient of a Federal contract, grant, loan, or cooperative agreement to pay any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with any of the following covered Federal actions: the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement.

(ii) The prohibition does not apply as follows:

Section I - Page 3 of 6

Form HUD-5370-C (10/2006)

(1) Agency and legislative liaison by Own Employees. (a) The prohibition on the use of appropriated funds, in paragraph (i) of this section, does not apply in the case of a payment of reasonable compensation made to an officer or employee of a person requesting or receiving a Federal contract, grant, loan, or cooperative agreement, if the payment is for agency and legislative activities not directly related to a covered Federal action. (b) For purposes of paragraph (b)(i)(1)(a) of this clause, providing any information specifically requested by an agency or Congress is permitted at any time. (c) The following agency and legislative liaison activities are permitted at any time only where they are not related to a specific solicitation for any covered Federal action: (1) Discussing with an agency (including individual demonstrations) the qualities and characteristics of the person's products or services, conditions or terms of sale, and service capabilities; and,

(2) Technical discussions and other activities regarding the application or adaptation of the person's products or services for an agency's use.

(d) The following agency and legislative liaison activities are permitted where they are prior to formal solicitation of any covered Federal action:

(1) Providing any information not specifically requested but necessary for an agency to make an informed decision about initiation of a covered Federal action;

(2) Technical discussions regarding the preparation of an unsolicited proposal prior to its official submission; and

(3) Capability presentations by persons seeking awards from an agency pursuant to the provisions of the Small Business Act, as amended by Public Law 95-507 and other subsequent amendments.

(e) Only those activities expressly authorized by subdivision (b)(ii)(1)(a) of this clause are permitted under this clause.

(2) Professional and technical services. (a) The prohibition on the use of appropriated

funds, in subparagraph (b)(i) of this clause, does not apply in the case of- (i) A payment of reasonable compensation

made to an officer or employee of a person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action, if payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for receiving that Federal action.

(ii) Any reasonable payment to a person, other than an officer or employee of a

person requesting or receiving a covered Federal action or an extension, continuation, renewal, amendment, or modification of a covered Federal action if the payment is for professional or technical services rendered directly in the preparation, submission, or negotiation of any bid, proposal, or application for that Federal action or for meeting requirements imposed by or pursuant to law as a condition for receiving that Federal action. Persons other than officers or employees of a person requesting or receiving a covered Federal action include consultants and trade associations.

(b) For purposes of subdivision (b)(ii)(2)(a) of clause, "professional and technical services" shall be limited to advice and analysis directly applying any professional or technical discipline.

(c) Requirements imposed by or pursuant to law as a condition for receiving a covered Federal award include those required by law or regulation, or reasonably expected to be required by law or regulation, and any other requirements in the actual award documents.

(d) Only those services expressly authorized by subdivisions (b)(ii)(2)(a)(i) and (ii) of this section are permitted under this clause.

(iii) Selling activities by independent sales representatives.

(c) The prohibition on the use of appropriated funds, in subparagraph (b)(i) of this clause, does not apply to the following selling activities before an agency by independent sales representatives, provided such activities are prior to formal solicitation by an agency and are specifically limited to the merits of the matter: (i) Discussing with an agency (including individual

demonstration) the qualities and characteristics of the person's products or services, conditions or terms of sale, and service capabilities; and

(ii) Technical discussions and other activities regarding the application or adaptation of the person's products or services for an agency's use.

(d) Agreement. In accepting any contract, grant, cooperative agreement, or loan resulting from this solicitation, the person submitting the offer agrees not to make any payment prohibited by this clause.

(e) Penalties. Any person who makes an expenditure prohibited under paragraph (b) of this clause shall be subject to civil penalties as provided for by 31 U.S.C. 1352. An imposition of a civil penalty does not prevent the Government from seeking any other remedy that may be applicable.

(f) Cost Allowability. Nothing in this clause is to be interpreted to make allowable or reasonable any costs which would be unallowable or unreasonable in accordance with Part 31 of the Federal Acquisition Regulation (FAR), or OMB Circulars dealing with cost allowability for recipients of assistance agreements. Conversely, costs made specifically unallowable by the requirements in this clause will not be made allowable under any of the provisions of FAR Part 31 or the relevant OMB Circulars.

Section I - Page 4 of 6

Form HUD-5370-C (10/2006)

16. Equal Employment Opportunity

During the performance of this contract, the Contractor agrees as follows: (a) The Contractor shall not discriminate against any employee

or applicant for employment because of race, color, religion, sex, or national origin.

(b) The Contractor shall take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, or national origin. Such action shall include, but not be limited to (1) employment; (2) upgrading; (3) demotion; (4) transfer; (5) recruitment or recruitment advertising; (6) layoff or termination; (7) rates of pay or other forms of compensation; and (8) selection for training, including apprenticeship.

(c) The Contractor shall post in conspicuous places available to employees and applicants for employment the notices to be provided by the Contracting Officer that explain this clause.

(d) The Contractor shall, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, or national origin.

(e) The Contractor shall send, to each labor union or representative of workers with which it has a collective bargaining agreement or other contract or understanding, the notice to be provided by the Contracting Officer advising the labor union or workers' representative of the Contractor's commitments under this clause, and post copies of the notice in conspicuous places available to employees and applicants for employment.

(f) The Contractor shall comply with Executive Order 11246, as amended, and the rules, regulations, and orders of the Secretary of Labor.

(g) The Contractor shall furnish all information and reports required by Executive Order 11246, as amended and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto. The Contractor shall permit access to its books, records, and accounts by the Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders.

(h) In the event of a determination that the Contractor is not in compliance with this clause or any rule, regulation, or order of the Secretary of Labor, this contract may be canceled, terminated, or suspended in whole or in part, and the Contractor may be declared ineligible for further Government contracts, or federally assisted construction contracts under the procedures authorized in Executive Order 11246, as amended. In addition, sanctions may be imposed and remedies invoked against the Contractor as provided in Executive Order 11246, as amended, the rules, regulations, and orders of the Secretary of Labor, or as otherwise provided by law.

(i) The Contractor shall include the terms and conditions of this clause in every subcontract or purchase order unless exempted by the rules, regulations, or orders of the Secretary of Labor issued under Executive Order 11246, as amended, so that these terms and conditions will be binding upon each subcontractor or vendor. The Contractor shall take such action with respect to any subcontractor or purchase order as the Secretary of Housing and Urban Development or the Secretary of Labor may direct as a means of enforcing such provisions, including sanctions for noncompliance; provided that if the

Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction, the Contractor may request the United States to enter into the litigation to protect the interests of the United States.

17. Dissemination or Disclosure of Information

No information or material shall be disseminated or disclosed to the general public, the news media, or any person or organization without prior express written approval by the HA.

18. Contractor's Status

It is understood that the Contractor is an independent contractor and is not to be considered an employee of the HA, or assume any right, privilege or duties of an employee, and shall save harmless the HA and its employees from claims suits, actions and costs of every description resulting from the Contractor's activities on behalf of the HA in connection with this Agreement.

19. Other Contractors

HA may undertake or award other contracts for additional work at or near the site(s) of the work under this contract. The contractor shall fully cooperate with the other contractors and with HA and HUD employees and shall carefully adapt scheduling and performing the work under this contract to accommodate the additional work, heeding any direction that may be provided by the Contracting Officer. The contractor shall not commit or permit any act that will interfere with the performance of work by any other contractor or HA employee.

20. Liens

The Contractor is prohibited from placing a lien on HA's property. This prohibition shall apply to all subcontractors.

21. Training and Employment Opportunities for Residents in

the Project Area (Section 3, HUD Act of 1968; 24 CFR 135) (a) The work to be performed under this contract is subject to the

requirements of section 3 of the Housing and Urban Development Act of 1968, as amended, 12 U.S.C. 1701u (section 3). The purpose of section 3 is to ensure that employment and other economic opportunities generated by HUD assistance or HUD-assisted projects covered by section 3, shall, to the greatest extent feasible, be directed to low- and very low-income persons, particularly persons who are recipients of HUD assistance for housing.

(b) The parties to this contract agree to comply with HUD's regulations in 24 CFR Part 135, which implement section 3. As evidenced by their execution of this contract, the parties to this contract certify that they are under no contractual or other impediment that would prevent them from complying with the Part 135 regulations.

(c) The contractor agrees to send to each labor organization or representative of workers with which the contractor has a collective bargaining agreement or other understanding, if any, a notice advising the labor organization or workers' representative of the contractor's commitments under this section 3 clause, and will post copies of the notice in conspicuous places at the work site where both employees and applicants for training and employment positions can see the notice. The notice shall describe the section 3 preference, shall set forth minimum number and job titles subject to hire, availability of

Section I - Page 5 of 6

Form HUD-5370-C (10/2006)

apprenticeship and training positions, the qualifications for each; and the name and location of the person(s) taking applications for each of the positions; and the anticipated date the work shall begin.

(d) The contractor agrees to include this section 3 clause in every subcontract subject to compliance with regulations in 24 CFR Part 135, and agrees to take appropriate action, as provided in an applicable provision of the subcontract or in this section 3 clause, upon a finding that the subcontractor is in violation of the regulations in 24 CFR Part 135. The contractor will not subcontract with any subcontractor where the contractor has notice or knowledge that the subcontractor has been found in violation of the regulations in 24 CFR Part 135.

(e) The contractor will certify that any vacant employment positions, including training positions, that are filled (1) after the contractor is selected but before the contract is executed, and (2) with persons other than those to whom the regulations of 24 CFR Part 135 require employment opportunities to be directed, were not filled to circumvent the contractor's obligations under 24 CFR Part 135.

(f) Noncompliance with HUD's regulations in 24 CFR Part 135 may result in sanctions, termination of this contract for default, and debarment or suspension from future HUD assisted contracts.

22. Procurement of Recovered Materials (a) In accordance with Section 6002 of the Solid Waste Disposal Act,

as amended by the Resource Conservation and Recovery Act, the Contractor shall procure items designated in guidelines of the Environmental Protection Agency (EPA) at 40 CFR Part 247 that contain the highest percentage of recovered materials practicable, consistent with maintaining a satisfactory level of competition. The Contractor shall procure items designated in the EPA guidelines that contain the highest percentage of recovered materials practicable unless the Contractor determines that such items: (1) are not reasonably available in a reasonable period of time; (2) fail to meet reasonable performance standards, which shall be determined on the basis of the guidelines of the National Institute of Standards and Technology, if applicable to the item; or (3) are only available at an unreasonable price.

(b) Paragraph (a) of this clause shall apply to items purchased under this contract where: (1) the Contractor purchases in excess of $10,000 of the item under this contract; or (2) during the preceding Federal fiscal year, the Contractor: (i) purchased any amount of the items for use under a contract that was funded with Federal appropriations and was with a Federal agency or a State agency or agency of a political subdivision of a State; and (ii) purchased a total of in excess of $10,000 of the item both under and outside that contract.

Section I - Page 6 of 6

Form HUD-5370-C (10/2006)

General Conditions for Non-Construction Contracts

U.S. Department of Housing and Urban Development Office of Public and Indian Housing

Section II – (With Maintenance Work) Office of Labor Relations OMB Approval No. 2577-0157 (exp. 11/30/2008)

Public Reporting Burden for this collection of information is estimated to average 0.08 hours per response, including the time for reviewing instructions, searching existing data sources, gathering and maintaining the data needed, and completing and reviewing the collection of information. Send comments regarding this burden estimate or any other aspect of this collection of information, including suggestions for reducing this burden, to the Reports Management Officer, Office of Information Policies and Systems, U.S. Department of Housing and Urban Development, Washington, D.C. 20410-3600; and to the Office of Management and Budget, Paperwork Reduction Project (2577-0157), Washington, D.C. 20503. Do not send this completed form to either of these addressees. Applicability. This form HUD-5370C has 2 Sections. These Sections must be inserted into non-construction contracts as described below:

1) Non-construction contracts (without maintenance) greater than $100,000 - use Section I;

2) Maintenance contracts (including nonroutine maintenance as defined at 24 CFR 968.105) greater than $2,000 but not more than $100,000 - use Section II; and

3) Maintenance contracts (including nonroutine maintenance), greater than $100,000 – use Sections I and II.

==================================================== Section II – Labor Standard Provisions for all Maintenance Contracts greater than $2,000 ==================================================== 1. Minimum Wages

(a) All maintenance laborers and mechanics employed under this Contract in the operation of the project(s) shall be paid unconditionally and not less often than semi-monthly, and without subsequent deduction (except as otherwise provided by law or regulations), the full amount of wages due at time of payment computed at rates not less than those contained in the wage determination of the Secretary of Housing and Urban Development which is attached hereto and made a part hereof. Such laborers and mechanics shall be paid the appropriate wage rate on the wage determination for the classification of work actually performed, without regard to skill. Laborers or mechanics performing work in more than one classification may be compensated at the rate specified for each classification for the time actually worked therein; provided, that the employer’s payroll records accurately set forth the time spent in each classification in which work is performed. The wage determination, including any additional classifications and wage rates approved by HUD under subparagraph 1(b), shall be posted at all times by the Contractor and its subcontractors at the site of the work in a prominent and accessible place where it can be easily seen by the workers.

(b) (i) Any class of laborers or mechanics which is not listed in the wage determination and which is to be employed under the Contract shall be classified in conformance with the wage determination. HUD shall approve an additional classification and wage rate only when the following criteria have been met:

(1) The work to be performed by the classification required is not performed by a classification in the wage determination;

(2) The classification is utilized in the area by the industry; and

(3) The proposed wage rate bears a reasonable relationship to the wage rates contained in the wage determination.

(ii) The wage rate determined pursuant to this paragraph shall be paid to all workers performing work

in the classification under this Contract from the first day on which work is performed in the classification.

2. Withholding of funds

The Contracting Officer, upon his/her own action or upon request of HUD, shall withhold or cause to be withheld from the Contractor under this Contract or any other contract subject to HUD-determined wage rates, with the same prime Contractor, so much of the accrued payments or advances as may be considered necessary to pay laborers and mechanics employed by the Contractor or any subcontractor the full amount of wages required by this clause. In the event of failure to pay any laborer or mechanic employed under this Contract all or part of the wages required under this Contract, the Contracting Officer or HUD may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment or advance until such violations have ceased. The Public Housing Agency or HUD may, after written notice to the Contractor, disburse such amounts withheld for and on account of the Contractor or subcontractor to the respective employees to whom they are due.

3. Records

(a) The Contractor and each subcontractor shall make and maintain for three (3) years from the completion of the work records containing the following for each laborer and mechanic: (i) Name, address and Social Security Number; (ii) Correct work classification or classifications; (iii) Hourly rate or rates of monetary wages paid; (iv) Rate or rates of any fringe benefits provided; (v) Number of daily and weekly hours worked; (vi) Gross wages earned; (vii) Any deductions made; and (viii) Actual wages paid.

(b) The Contractor and each subcontractor shall make the records required under paragraph 3(a) available for inspection, copying, or transcription by authorized representatives of HUD or the HA and shall permit such representatives to interview employees during working hours on the job. If the Contractor or any subcontractor fails to make the required records available, HUD or its designee may, after written notice to the Contractor, take such action as may be necessary to cause the suspension of any further payment, advance or guarantee of funds.

4. Apprentices and Trainees

(a) Apprentices and trainees will be permitted to work at less than the predetermined rate for the work they perform when they are employed pursuant to and individually registered in: (i) A bona fide apprenticeship program registered

with the U.S. Department of Labor, Employment and Training Administration (ETA), Office of

Section II - Page 1 of 3

form HUD-5370-C (10/2006)

Apprenticeship Training, Employer and Labor Services (OATELS), or with a state apprenticeship agency recognized by OATELS, or if a person is employed in his/her first 90 days of probationary employment as an apprentice in such an apprenticeship program, who is not individually registered in the program, but who has been certified by OATELS or a state apprenticeship agency (where appropriate) to be eligible for probationary employment as an apprentice;

(ii) A trainee program which has received prior approval, evidenced by formal certification by the U.S. Department of Labor, ETA; or

(iii) A training/trainee program that has received prior approval by HUD.

(b) Each apprentice or trainee must be paid at not less than the rate specified in the registered or approved program for the apprentice’s/trainee’s level of progress, expressed as a percentage of the journeyman hourly rate specified in the applicable wage determination. Apprentices and trainees shall be paid fringe benefits in accordance with the provisions of the registered or approved program. If the program does not specify fringe benefits, apprentices/trainees must be paid the full amount of fringe benefits listed on the wage determination for the applicable classification.

(c) The allowable ratio of apprentices or trainees to journeyman on the job site in any craft classification shall not be greater than the ratio permitted to the employer as to the entire work force under the approved program.

(d) Any worker employed at an apprentice or trainee wage rate who is not registered in an approved program, and any apprentice or trainee performing work on the job site in excess of the ratio permitted under the approved program, shall be paid not less than the applicable wage rate on the wage determination for the classification of work actually performed.

(e) In the event OATELS, a state apprenticeship agency recognized by OATELS or ETA, or HUD, withdraws approval of an apprenticeship or trainee program, the employer will no longer be permitted to utilize apprentices/trainees at less than the applicable predetermined rate for the work performed until an acceptable program is approved.

5. Disputes concerning labor standards

(a) Disputes arising out of the labor standards provisions contained in Section II of this form HUD-5370-C, other than those in Paragraph 6, shall be subject to the following procedures. Disputes within the meaning of this paragraph include disputes between the Contractor (or any of its subcontractors) and the HA, or HUD, or the employees or their representatives, concerning payment of prevailing wage rates or proper classification. The procedures in this section may be initiated upon HUD’s own motion, upon referral of the HA, or upon request of the Contractor or subcontractor(s). (i) A Contractor and/or subcontractor or other

interested party desiring reconsideration of findings of violation by the HA or HUD relating to the payment of straight-time prevailing wages or classification of work shall request such reconsideration by letter postmarked within 30 calendar days of the date of notice of findings issued by the HA or HUD. The request shall set

forth those findings that are in dispute and the reasons, including any affirmative defenses, with respect to the violations. The request shall be directed to the appropriate HA or HUD official in accordance with instructions contained in the notice of findings or, if the notice does not specify to whom a request should be made, to the Regional Labor Relations Officer (HUD).

(ii) The HA or HUD official shall, within 60 days (unless otherwise indicated in the notice of findings) after receipt of a timely request for reconsideration, issue a written decision on the findings of violation. The written decision on reconsideration shall contain instructions that any appeal of the decision shall be addressed to the Regional Labor Relations Officer by letter postmarked within 30 calendar days after the date of the decision. In the event that the Regional Labor Relations Officer was the deciding official on reconsideration, the appeal shall be directed to the Director, Office of Labor Relations (HUD). Any appeal must set forth the aspects of the decision that are in dispute and the reasons, including any affirmative defenses, with respect to the violations.

(iii) The Regional Labor Relations Officer shall, within 60 days (unless otherwise indicated in the decision on reconsideration) after receipt of a timely appeal, issue a written decision on the findings. A decision of the Regional Labor Relations Officer may be appealed to the Director, Office of Labor Relations, by letter postmarked within 30 days of the Regional Labor Relations Officer’s decision. Any appeal to the Director must set forth the aspects of the prior decision(s) that are in dispute and the reasons. The decision of the Director, Office of Labor Relations, shall be final.

(b) Disputes arising out of the labor standards provisions of paragraph 6 shall not be subject to paragraph 5(a) of this form HUD-5370C. Such disputes shall be resolved in accordance with the procedures of the U.S. Department of Labor set forth in 29 CFR Parts 5, 6 and 7. Disputes within the meaning of this paragraph 5(b) include disputes between the Contractor (or any of its subcontractors) and the HA, HUD, the U.S. Department of Labor, or the employees or their representatives.

6. Contract Work Hours and Safety Standards Act

The provisions of this paragraph 6 are applicable only where the amount of the prime contract exceeds $100,000. As used in this paragraph, the terms “laborers” and “mechanics” includes watchmen and guards. (a) Overtime requirements. No Contractor or subcontractor

contracting for any part of the Contract work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of 40 hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of 40 hours in such workweek.

(b) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the provisions set forth in paragraph 6(a), the Contractor and any

Section II - Page 2 of 3

form HUD-5370-C (10/2006)

subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States (in the case of work done under contract for the District of Columbia or a territory, to the District or to such territory), for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the provisions set forth in paragraph (a) of this clause, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of 40 hours without payment of the overtime wages required by provisions set forth in paragraph (a) of this clause.

(c) Withholding for unpaid wages and liquidated damages. HUD or its designee shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such Contract or any federal contract with the same prime Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the same prime Contractor such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the provisions set forth in paragraph (b) of this clause.

7. Subcontracts

The Contractor or subcontractor shall insert in any subcontracts all the provisions contained in this Section II and also a clause requiring the subcontractors to include these provisions in any lower tier subcontracts. The prime Contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all the provisions contained in these clauses.

8. Non-Federal Prevailing Wage Rates

Any prevailing wage rate (including basic hourly rate and any fringe benefits), determined under state law to be prevailing, with respect to any employee in any trade or position employed under the Contract, is inapplicable to the contract and shall not be enforced against the Contractor or any subcontractor, with respect to employees engaged under the contract whenever such non-Federal prevailing wage rate, exclusive of any fringe benefits, exceeds the applicable wage rate determined by the Secretary of HUD to be prevailing in the locality with respect to such trade or position.

Section II - Page 3 of 3

form HUD-5370-C (10/2006)

Adopted 06/29/2007

FORM CIQ

OFFICE USE ONLYThis questionnaire reflects changes made to the law by H.B. 1491, 80th Leg., Regular Session.

This questionnaire is being filed in accordance with Chapter 176, Local Government Codeby a person who has a business relationship as defined by Section 176.001(1-a) with a localgovernmental entity and the person meets requirements under Section 176.006(a).

By law this questionnaire must be filed with the records administrator of the local governmentalentity not later than the 7th business day after the date the person becomes aware of factsthat require the statement to be filed. See Section 176.006, Local Government Code.

A person commits an offense if the person knowingly violates Section 176.006, LocalGovernment Code. An offense under this section is a Class C misdemeanor.

CONFLICT OF INTEREST QUESTIONNAIREFor vendor or other person doing business with local governmental entity

Check this box if you are filing an update to a previously filed questionnaire.

(The law requires that you file an updated completed questionnaire with the appropriate filing authority not later than the 7th business day after the date the originally filed questionnaire becomes incomplete or inaccurate.)

Name of person who has a business relationship with local governmental entity.1

2

3

Date Received

Name of local government officer with whom filer has employment or business relationship.

Name of Officer

This section (item 3 including subparts A, B, C & D) must be completed for each officer with whom the filer has anemployment or other business relationship as defined by Section 176.001(1-a), Local Government Code. Attach additionalpages to this Form CIQ as necessary.

A. Is the local government officer named in this section receiving or likely to receive taxable income, other than investmentincome, from the filer of the questionnaire?

Yes No

B. Is the filer of the questionnaire receiving or likely to receive taxable income, other than investment income, from or at thedirection of the local government officer named in this section AND the taxable income is not received from the localgovernmental entity?

Yes No

C. Is the filer of this questionnaire employed by a corporation or other business entity with respect to which the localgovernment officer serves as an officer or director, or holds an ownership of 10 percent or more?

Yes No

D. Describe each employment or business relationship with the local government officer named in this section.

Signature of person doing business with the governmental entity Date

4

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 45

ATTACHMENT C PROFILE OF FIRM FORM

SUBCONTRACTOR LISTING FORM

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 46

PROFILE OF FIRM FORM (Attachment C)

(This Form must be fully completed and placed under Tab No. 3 of the tabbed Proposal submittal.) (1) Prime ____ Joint Venture/Partner____ Sub-contractor _____ (This form shall be completed by and for each). (2) Name of Firm:____________________________ Telephone:_____________ Fax: ____________ (3) Street Address, City, State, Zip:______________________________________________________ (4) Please attached a brief biography/resume of the company, including the following information:

(a) Year Firm Established; (b) Year Firm Established in [Location]; (c) Former Name and Year Established (if applicable); (d) Name of Parent Company and Date Acquired (if applicable).

(5) Identify Principals/Partners in Firm (Provide resumes for each under Tab No. 3)

NAME TITLE % OF OWNERSHIP

(6) Identify the individual(s) that will act as project manager and any other supervisory personnel that will work

on project; please submit under Tab No. 3 a brief resume for each. (Do not duplicate any resumes required above):

NAME TITLE

(7) Proposer’s Diversity Statement: You must check all of the following that apply to the ownership of this firm and

enter where provided the correct percentage (%) of ownership of each: Caucasian Public-Held Government Non-Profit

American (Male) Corporation Agency Organization ________% _________% _________% _________%

Resident- (RBE), Minority- (MBE), or Woman-Owned (WBE) Business Enterprise (Qualifies by virtue of 51% or more ownership and active management by one or more of the following: Resident- African **Native Hispanic Asian/Pacific Hasidic Asian/Indian Owned* American American American American Jew American

_______% _______% _______% _______% ________% ______% ________%

Woman-Owned Woman-Owned Disabled Other (Specify): (MBE) (Caucasian) Veteran

_______% _______% ______% _______% WMBE Certification Number: ______________________________________________________________

Certified by (Agency): ____________________________________________________________________ (NOTE: A CERTIFICATION/NUMBER NOT REQUIRED TO BID – ENTER IF AVAILABLE)

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 47

PROFILE OF FIRM FORM (Attachment C)

(This Form must be fully completed and placed under Tab No. 3 of the “hard copy” tabbed proposal submittal.)

(8) Federal Tax ID Number: __________________________________________________________ (9) City of San Antonio Business License No.:___________________________________ (10) State of Texas License Type and No.: _______________________________________________ (11) Has your firm or any member of your firm been a party to litigation with a public entity? If yes, when, with whom and state the circumstances and any resolution. (12) Has your firm or any member of your firm ever sued or been sued by the San Antonio Housing Authority or its affiliated entities? If yes, when and state the circumstances and any resolution of the lawsuit. (13) Has your firm or any member of your firm ever had a claim brought against because of breech of contract or nonperformance? If yes, when and state the circumstances and any resolution of the matter. (14) Debarred Statement: Has this firm, or any principal(s) ever been debarred from providing any services

by the Federal Government, any state government, the State of Texas, or any local government agency within or without the State of Texas? Yes No Initials_______ If "Yes," please attach a full detailed explanation, including dates, circumstances and current status.

(15) Disclosure Statement: Does this firm or any principals thereof have any current, past personal or

professional relationship with any Commissioner or Officer of SAHA? Yes No Initials_______ If "Yes," please attach a full detailed explanation, including dates, circumstances and current status.

(16) Non-Collusive Affidavit: The undersigned party submitting this proposal hereby certifies that such proposal is genuine and not collusive and that said Offerer has not colluded, conspired, connived or agreed, directly or indirectly, with any Offerer or person, to put in a sham proposal or to refrain from proposing, and has not in any manner, directly or indirectly sought by agreement or collusion, or communication or conference, with any person, to fix the proposal price of affiant or of any other Offerer, to fix overhead, profit or cost element of said proposal price, or that of any other Offerer or to secure any advantage against the SAHA or any person interested in the proposed contract; and that all statements in said proposal are true. Initials_______

(17) Verification Statement: The undersigned Offerer hereby states that by completing and submitting this form

he/she is verifying that all information provided herein is, to the best of his/her knowledge, true and accurate, and agrees that if the SAHA discovers that any information entered herein is false, that shall entitle the SAHA to not consider nor make award or to cancel any award with the undersigned party. Initials_______

(18) In performing this contract, the contractor(s) shall comply with any and all applicable federal, state or local

laws including but not limited to: Occupational Safety & Health, Equal Employment Opportunity, Immigration and Naturalization, The Americans with Disabilities Act, State Tax and Insurance Law, and the Fair Housing Act. Initials_______

_____________________ _________ ___________________ Signature Date Printed Name Company

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 48

Note: A completed Profile of Firm Form must be submitted for each subcontractor.

Proposed Subcontractors

Item Specialty Company Name Section 3-SWMBE 1 2 3 4 5 6 7 8 9

10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25

I understand and agree that if awarded a contract as a result of this solicitation that the use of the above subcontractors is subject to the approval of SAHA and becomes a part of the contract. I further understand that any change in subcontractors also requires the pre-approval of SAHA. (Signature) (Printed Name & Title)

(Date)

Note: A completed Profile of Firm Form must be submitted for each subcontractor and placed under Tab 6.

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 49

ATTACHMENT D SECTION 3 GUIDELINES AND FORMS

SAN ANTONIO HOUSING AUTHORITYProcurement and Contract Administration

Section 3 Program

Board Resolution No. 4062and Program Plan for Compliance with Requirements of Section 3 of the Housing andUrban Development Act of 1968 (12 U.S.C. 1701u) (Section 3) Part 135 – EconomicOpportunities for Low- and Very Low-Income Persons.

Purpose:

The purpose of Section 3 of the Housing and UrbanDevelopment of 1968 (12 U.S.C. 1701u) (Section 3) is toensure that employment and other economic and businessopportunities generated by HUD Financial Assistance shallbe directed to San Antonio Housing Authority (SAHA)Residents and other low- and very low-income persons,particularly those who are recipients of governmenthousing assistance and to business concerns which provideeconomic opportunities to SAHA Residents and other low-and very low-income persons.

General Policy Statement:

It is the declared policy of the San Antonio HousingAuthority (SAHA) that Equal Employment Opportunitiesshall be provided for every employee and applicant foremployment regardless of race, color, religion, sex,national origin, handicap, or economic status; and, thatthrough the award of contracts to contractors, vendors, andsuppliers, that employment and business opportunities becreated for residents of SAHA properties and otherqualified low- and very low income persons residing withinthe geographical boundaries of City of San Antonio. Thispolicy does not end with the mere prohibition ofdiscriminatory practices by programs receiving HUDfinancial assistance or contractors, subcontractors, andvendors contracting with SAHA. SAHA recognizes itsobligation as well as the obligation of potential contractors,subcontractors, to develop practical steps to achieve thegoal of providing meaningful, full-time permanentemployment opportunities, as well as businessopportunities to SAHA Residents and other Section 3eligible persons.

Such obligation shall be demonstrated not merelythrough inclusion of positive or “best effort” steps, but shallresult in a reasonable level of success in the recruitment,employment, and utilization of SAHA Residents and otherSection 3 eligible persons and businesses in the workforceand subcontracting of work resulting out of the expenditureof HUD funding. The SAHA’s Contracting Officer,through official resolution, shall examine and consider acontractor/vendor’s success in providing employment andbusiness opportunities to SAHA Residents prior to actingon any proposed contract award.

Numerical Goals for Section 3 Compliance:Consistent with 24 CFR 85.36 (c)(2), Section 3 is a federalstatute that expressly encourages, to the maximum extent

feasible. To that end, SAHA has adopted the followingnumerical goals for meeting the greatest extent feasiblerequirement to provide economic opportunities to section 3Residents and Section 3 Business Concerns in theprocurement and awarding of modernization-fundedconstruction, maintenance and professional servicecontracts:

NUMERICAL GOALS FOR SECTION 3 COMPLIANCE

Areas of Focus(Applies to all contracts)

NumericalGoal

Contractor and Sub-contractor Hiring (full-time, part-time, temporary,Seasonal) applies to construction andmaintenance service contracts.

10%

Contract Awards (applies toconstruction contracts).

10%

All other Contract Awards (i.e.,services, and professional services).

3%

These goals apply to all Contractors as well as anytier Sub-contractor

Recipients and Contractors may demonstrate compliancewith the “greatest extent feasible” requirement of Section3 by meeting the numerical goals set forth in this Section 3Program for providing training, employment, andcontracting opportunities to Section 3 Residents andSection Business Concerns. Efforts to employ Section 3Residents to the greatest extent feasible should be made atall job levels.

SAHA, in its own operations, shall endeavor to achieve thegoals of Section 3 and shall provide equal responsibility toits contractors, vendors and suppliers to implementprogressive efforts to also attain compliance. In doing so,SAHA shall evaluate contractors’ compliance towardsachieving the goals of Section 3 and ensure a system ofleveling sanctions against contractor, vendor, or supplierfor non-compliance.

SAN ANTONIO HOUSING AUTHORITYProcurement and Contract Administration

Section 3 Program

The numerical goals established above representminimum numerical targets and all prospective contractorsshall be advised and encouraged to seek Section 3participation to the greatest extent feasible. Any contractorthat meets the minimum numerical goals set forth abovewill be considered to have complied with the Section 3requirements. Any contractor that does not meet thenumerical goals set forth above has the burden ofdemonstrating why it was not feasible to meet thenumerical goals. In the event no competing contractorswere successful in meeting the minimum goals set forthabove, SAHA shall consider documentation provided bythe contractor evidencing impediments encountered despiteactions taken to comply with the Section 3 requirements.Such evidence shall be subject to the satisfaction of theAuthority.

All contractors submitting bids/proposals to theHousing Authority shall be required to completecertifications, as appropriate, as acknowledgment of theSection 3 contracting and employment provisions asrequired by this selection. Such certifications shall besupported with adequate evidence to supportrepresentations made. The certifications required to besubmitted with the bid/proposal consist of the following:

h. Certification for business concerns seekingSection 3 preference.

e. Contractor certification of efforts to fully comply with

Employment and training provisions of Section 3.

Prior to the award of any contract, the contractor shallenter into negotiations with SAHA for the purpose ofincorporating into the contract a provision, to the greatestextent possible, hiring of Public Housing residents or otherSection 3 residents to be trained or employed on thecontract. Such resulting provision shall obligate thecontractor toward the greatest extent possible, achieving thenumerical goals listed above and shall be based on adetailed workforce analysis to be compiled by thecontractor and submitted to the Authority prior to award ofcontract.

Definitions:

Annual Contributions Contract (ACC) means thecontract under the U.S. Housing Act of 1937 (1937 Act)between HUD and the PHA, or between HUD and the IHAthat contains the terms and conditions under which HUDassists the PHA or IHA in providing decent, safe, andsanitary housing for low-income families. The ACC mustbe in the form prescribed by HUD under which HUDagrees to provide assistance in the development,modernization, and/or operation of a low-income housingproject under the 1937 Act, and the PHA or IHA agrees todevelop, modernize and operate the project in compliancewith all provisions of the ACC and the 1937 Act, and all

HUD regulations and implementing requirements andprocedures.

Applicant means any entity which makes an applicationfor section 3 covered assistance, and includes, but is notlimited to, and State, unit of local government, publichousing agency, Indian housing authority, Indian tribe, orother public body, public or private nonprofit organization,private agency or institution, mortgagor, developer, limiteddividend sponsor, builder, property manager, communityhousing development organization (CHOO), residentmanage corporation, resident council, or cooperativeassociation.

Contractor means any entity which contracts to performwork generated by the expenditure of section 3 coveredassistance, or for work in connection with a section 3covered project.

Department or HUD means the Department of Housingand Urban Development, including its field offices towhich authority has been delegated to perform functionsunder this part.

Employment opportunities generated by section 3covered assistance means all employment opportunitiesgenerated by the expenditure of section 3 covered publicand Indian housing assistance (i.e., operating assistance,development assistance and modernization assistance, asdescribed in § 135.3 (a) (1)).

Housing development means low-income housingowned, developed, or operated by public housing agenciesor Indian housing authorities in accordance with HUD’spublic and Indian housing program regulations codified in24 CFR Chapter IX.

HUD Youth build programs means programs that receiveassistance under subtitle D of Title IV of the NationalAffordable Housing Act, as amended by the Housing andCommunity Development Act of 1992 (42 U.S.C. 12699),and provide disadvantaged youth with opportunities ofemployment, education, leadership development, andtraining in the construction or rehabilitation of housing forhomeless individuals and members of low- and very low-income families.

TPA means the Job Training Partnership Act (29U.S.C. 1579(a)).

Metropolitan area means a metropolitan statistical area(MSA), as established by the Office of Management andBudget.

SAN ANTONIO HOUSING AUTHORITYProcurement and Contract Administration

Section 3 Program

New hires mean full-time employees for permanent,temporary or seasonal employment opportunities.

Other HUD programs means HUD programs, other thanHUD public and Indian housing programs, that providehousing and community development assistance for“section 3 covered projects,” as defined in this section.

Public housing resident has the meaning given this termin 24 CFR part 963.

Recipient means any entity, which receives section 3covered assistance, directly from HUD or from anotherrecipient and includes, but is not limited to, any State, unitof local government, PHA, IHA, Indian tribe, or otherpublic body, public or private nonprofit organization,private agency or institution, mortgagor, developer, limiteddividend sponsor, builder, property manager, communityhousing development organization, resident managementcorporation, resident council, or cooperative association.

Section 3 means section 3 of the Housing and UrbanDevelopment Act of 1968, as amended (12 U.S.C.1701u).

Section 3-business concern means a business concern, asdefined in this section:

(1) That is 51 percent or more owned by section 3residents; or

(2) Whose permanent, full-time employees includepersons, at least 30 percent of whom are currentlysection 3 residents, or within three years of the dateof first employment with the business concern weresection 3 residents; or

(3) That provides evidence of a commitment tosubcontract in excess of 25 percent of the dollaraward of all subcontracts to be awarded to businessconcerns that meet the qualifications set forth inparagraphs (1) or (2) in this definition of “section 3business concern.”

Section 3 covered assistance means:

(1) Public and Indian housing development assistanceprovided pursuant to section 5 of the 1937 Act;

(2) Public and Indian housing operating assistanceprovided pursuant to section 9 of the 1937 Act;

(3) Public and Indian housing modernization assistanceprovided pursuant to section 14 of the 1937 Act.

Section 3 covered contract means a contract orsubcontract (including a professional service contract)awarded by a recipient or contractor for work generatedby the expenditure of section 3 covered assistance, or forwork arising in connection with section 3-coveredproject.

Section 3-covered project means the construction,reconstruction, conversion, rehabilitation of housing(including reduction and abatement of lead-based painthazards), other public construction which includesbuildings, maintenance or improvements (regardless ofownership) assisted with housing or communitydevelopment assistance.

Section 3 resident means:

(1) A public housing resident; or(2) An individual who resides in the metropolitan area

or non-metropolitan county in which the section 3covered assistance is expended, and who is:

I. A low-income person, as this term is defined insection 3(b)(2) of the 1937 Act (42 U.S.C.1437a(b)(2)). Section 3(b)(2) of the 1937 Actdefines this term to mean families (includingsingle persons) whose incomes do not exceed80% of the median family income for the area,as determined by the Secretary, withadjustments for smaller and larger families,except that the Secretary may establish incomeceilings higher or lower than 80% of themedian for the area on the basis of theSecretary’s findings that such variations arenecessary because of prevailing levels ofconstruction costs or unusually high or low-income families; or

II. A very low-income person, as this term is definedin section 3(b)(2) of the 1937 Act (42 U.S.C.1437a(b)(2). Section 3(b)(2) of the 1937 Act(42 U.S.C. 1437a(b)(2) defines this term tomean families (including single persons)whose incomes do not exceed 50% of themedian family income for the area, asdetermined by the Secretary with adjustmentsmade for smaller or larger families, except thatthe Secretary may establish income ceilingshigher or lower than 50% of the median for thearea on the basis of the Secretary’s findingsthat such variations are necessary because ofunusually high or low family incomes.

(3) A person seeking the training and employmentpreference provided by section 3 bears theresponsibility of providing evidence (if requested)that the person is eligible for the preference.

Service area means the geographical area in which thepersons benefiting from the section 3-covered projectreside.

Subcontractor means any entity (other than a person whois an employee of the contractor) which has a contract witha contractor to undertake a portion of the contractor’sobligation for the performance of work generated by the

SAN ANTONIO HOUSING AUTHORITYProcurement and Contract Administration

Section 3 Program

expenditure of section covered assistance, or arising inconnection with a section 3 covered project.

Section 3 joint venture means an association of businessconcerns, one of which qualifies as a section 3 businessconcern, formed by written joint venture agreement toengage in and carry out a specific business venture forwhich purpose the business concerns combine their efforts,resources, and skills for joint profit, but not necessarily on acontinuing or permanent basis for conducting businessgenerally, and for which the section 3 business concern:

(1) Is responsible for a clearly defined portion of thework to be performed and holds managementresponsibilities in the joint venture; and

(2) Performs at least 25% of the work and iscontractually entitled to compensationproportionate to its work.

Preference for Section 3 Business Concerns(Contracting)

SAHA in accordance with Section 3 of the Housingand Urban development Act of 1968, requirescontractors and sub-contractors (includingprofessional service contracts) to direct their effortstowards awarding contracts to section 3 businessconcerns in the following order of priority and expendgreatest extent feasible efforts to achieve, at minimum,the numerical goals established in this section:

1st Priority – Category 1 Section 3 BusinessesBusiness concerns that are 51% or more owned byresidents of the housing development(s) for whichwork is performed, or whose full-time, permanentworkforce includes 30% of these persons asemployees.

2nd Priority – Category 2 Section 3 BusinessesBusiness concerns that are 51% or more owned byresidents of other San Antonio Housing Authority PublicHousing developments other than the development(s)where the work is performed or whose full-time permanentworkforce includes 30% of these person(s) as employees.

3rd Priority – Category 3 Section 3 BusinessesBusiness concerns that are designated HUD Youth-buildprograms being carried out in the City of San Antonio.

4th Priority – Category 4 Section BusinessesBusiness concerns that are 51% or more owned by a section3 resident(s), or whose permanent, full-time workforceincludes no less than 30% Section 3 residents (category 4businesses), or that subcontract in excess of 25% of thetotal amount of sub-contracts to Section 3 businessconcerns.

A section 3-business concern seeking a contract for asub-contract shall submit evidence to SAHA, if requested,

sufficient to demonstrate to the satisfaction of theContracting Officer that the business concern is responsibleand has the ability to perform successfully under the termsand conditions of the proposed contract. FederalRegulations at 24CFR85.36, concerning the ability of thecontractor to perform successfully, requires considerationof the contractor’s record in complying with Public Policyrequirements, technical capacity, financial capacity andintegrity. Section 3 compliance is a matter of properlyconsidered as part of this determination.

Preference in Award of Section 3Contracts

Preference in the award of Section 3 contracts that areawarded under the sealed bid procurement process shall beprovided in accordance with the following:

Sealed bids shall be solicited from all businesses(Section 3 business concerns, and non-Section 3 businessconcerns). An award will be made to the qualified Section3 business concern with the highest priority ranking andwith the lowest responsive bid, provided that bid is;

A. Within the maximum total contract price establishedin the Authority’s budget for the project for which bidsare being taken.

AndB. It is not more than “X” higher than the total bid price

of the lowest responsive bid from any responsivebidder.

“X” IS DETERMINED AS FOLLOWS:

“X” = Lesser of:When the lowest responsive bidis less than $100,000

10% of that bid or$9,000

WHEN THE LOWESTRESPONSIVE BID IS:

At least $100,000, but less than$200,000

9% of that bid or$16,000

At least $200,000, but less than$300,000

8% of that bid or$21,000

At least $300,000, but less than$400,000

7% of that bid or$24,000

At least $400,000, but less than$500,000

6% of that bid or$25,000

At least $500,000, but less than$1 Million

5% of that bid or$40,000

At least $1 Million, but less than$2 Million

4% of that bid or$60,000

At least $2 Million, but less than$4 Million

3% of that bid or$80,000

At least $4 Million, but less than$7 Million

2% of that bid or$105,000

$7 Million or more1-1/2% of thelowest bid withno dollar limit

SAN ANTONIO HOUSING AUTHORITYProcurement and Contract Administration

Section 3 Program

Preference in the award of Section 3 contracts that areawarded under the competitive negotiation (qualificationbased) method of procurement shall be accomplished byproviding an evaluation criteria specific to the Section 3rule and assigning a value equivalent to not more thanfifteen (15) percent of the total number of available ratingpoints. Such Section 3 evaluation criteria shall be for theprovision of the preference for Section 3 business concerns.

Preference for Section 3 Residents (Employment &Training)

SAHA, in accordance with Section 3 of the Housing andUrban Development Act of 1968, requires contractors andsub-contractors (including professional service contracts) todirect their efforts toward providing training andemployment opportunities to Section 3 residents in thefollowing order of priority and expend greatest extentfeasible efforts to achieve at minimum, the numerical goalsestablished in this section:

1st Priority – Category 1 Section 3 Residents Residents of the development for which work is performed. 2nd Priority – Category 2 Section 3 Residents

Residents of other Public Housing developments outside of the development(s) where the work is performed. 3rd Priority – Category 3 Section 3 Residents

Residents of the City of San Antonio who areparticipants in HUD Youthbuild programs beingcarried out in the City.

4th Priority – Category 4 Section 3 Residents Other Section 3 Residents.

Certification Procedure:

SAHA has its own program of self- certification forindividuals and business concerns seeking recognition as aSection 3 resident or Section 3 business concern as definedin this Section 3 Program. SAHA’s Procurement andContract Administration department is charged withadministering SAHA’s Section 3-certification program.Any Individual or business concern seeking Section 3preferences in the awarding of contracts or purchaseagreements shall complete appropriate certification formsand provide adequate documentation as evidence ofeligibility for preference under the Section 3 program. Anindividual or business concern may apply for certificationas a Section 3 resident or Section 3 business concern eitherprior to bidding for SAHA work or during the actualbidding process. Any business concern that submitscertification for preference after receipt of bid will not beconsidered eligible for Section 3 preference in theevaluation of that specific bid award. Certifications forSection 3 preference for business concerns must bereceived by SAHA prior to the submission of bids or along

with the bid. Certifications for eligibility as a Section 3resident may be made at any time. Individuals or businessconcerns seeking to file for Section 3 preference shallcontact:

A resident seeking preference in training andemployment shall certify that he/she is a Section 3 residentby completing the appropriate certification form andattaching adequate proof of Section 3 eligibility. A business concern seeking preference in the awardingof a contract or purchase shall certify that the businessconcern is a Section 3 business by completing theappropriate certification form and attaching adequate proofof Section 3 eligibility as required.

Protest Procedure:

SAHA desires to offer to concerned parties a procedurewhereby complaints alleging non-compliance with theSection 3 Statute can receive prompt and equitable hearingand resolution. Protest surrounding SAHA’s Section 3program may be submitted in writing to the Section 3Coordinator:

All complaints of non-compliance with the Section 3Statue shall conform with the following requirements:

6. Complaints shall be filed in writing and shall containthe name, address, and phone number of the personfiling the complaint, and a brief description of thealleged violation of the regulations.

• Complaints shall be filed within thirty (30) calendardays after the complaint becomes aware of the allegedviolation.

7. An investigation as may be appropriate, will followthe filing of a complaint. The investigation will beconducted by SAHA’s Section 3 Coordinator. Theserules contemplate informal, but thoroughinvestigations, affording all interested persons andtheir representative, if any, an opportunity to submittestimony and/or evidence as may be available andrelevant to the complaint.

g. Written documentation as to the validity of thecomplaint and a description of the findings orresolution, if any, will be issued by the Section 3Coordinator no later than thirty (30) days after thefiling of a complaint.

In cases where concerned parties wish to have itscomplaint considered outside of SAHA, a complaint maybe filed with the Assistant Secretary for Fair Housing andEqual Opportunity, Department of Housing and UrbanDevelopment, Washington, D.C., 20410. A complaintmust be received no later than 180 days from the date of theaction or omission upon which the complaints based, unlessthe time for filing is extended by the Assistant Secretary forgood cause shown.

SAHA Form S3-60002b Rev. 05/03/02

PriS

___________ Contract Completion Date: _______ __________

Hires

No.ursareon 3ents

No. ofSection 3

Employee'sand

Trainees

Total No. ofHours that are

Section 3Employee's

and Trainees

Methobjec

Totals for ThisReporting Period:

Totals from Contract

Certified _______

By: ____

____________________

er: ____________________

r ID No: ____________________

____________________Contract Amount: ____________________

____________________

Section 3 of t ens e that employment and other economic activities generated by its housing andcommunity o are cipients of government assistance for housing. The regulations are found at 24 CFR Part135. The in e res of the Department's efforts to meet the statutory objectives of Section 3, to preparereports to H

(D)

* Total N

* Total N No. f All Employee Hours for this Reporting Quarter_________________

this ____________ day of ____________

__________________________________

the Housing and Urban Development Act of 1968, a development assistance programs are directed towarformation will be used by the Department to monitorUD, and by recipients as a self-monitoring tool.

o. Of all Employees at the beginning of th

o. Of all Employees for this Reporting Qu

Start to Date:_______

s amended, 12 U.S.C. 1701u., mandates that the Departmend Low- and very low-income persons, particularly those wh program recipients' compliance with Section 3, to assess th

is Contract _______________

arter ________________ * Estimated Total

__________________ Contact Person: __________________

No. ofNewHires

TotalNo. ofHours

that areNew

No. ofNew Hires

that areSection 3Residents

Totalof Hothat

SectiResid

employment.

Type of Service:

Job Category(A) (B) (C)

Contract No: ________________________________________

Sub-Contractor ID No: __________________

__________________ Contract Start Date: __________________

ction 3 Compliance Reportousing Authority

For Months Of:

Reporting Quart

Prime Contracto

Date of Report:

me Contractor:ub-Contractor: _______________

Address: _______________

______________________

Telephone No: _______________

ods undertaken to achieve thetives of Section 3 Compliance

Contractor's SeFor The San Antonio H

_

ur reults

O

APPLICANT “SECTION 3” CERTIFICATION FORM

Name: ________________________________________________ Legal Address: _________________________________________ City: ______________________State: ____________Zip: ________ Phone:____________________ or fax: ______________________ Position Applied For: _______________________________

(All applicants are required to complete and sign this form.)

In general, Section 3 gives applicants whose household income in the past year was less than 80% of the area median income a preference in the hiring process so long as they are qualified for the position for which they are applying. Only those applicants who complete the disclosure and meet the Section 3 requirements will be eligible for the preference, HOWEVER, employment offers for applicants claiming a Section 3 preference will be conditional upon providing proof of eligibility at the time of hire. CAUTION: Any applicant falsely claiming a Section 3 preference will immediately be removed from consideration of employment. ---------------------------------------------------------------------------------------------------------------------------- _______ Option 1: I choose not to disclose this information and understand that I will not

be granted a Section 3 preference in the hiring process OR

_______ Option 2: I choose to disclose the following information to determine if I am eligible for a Section 3 preference (complete questions below)

1. Are you a resident of public housing or Section 8? (Check One) _____ Yes_____ No 2. The number of persons in my household is _______. 3. From the chart below, locate the number of persons in your household and enter the

dollar amount from that box here ____________.

# of persons in Household 1 2 3 4 5 6 7 8 80% Area Median Income (FY 2010 Income Limits) $32,400 $37,000 $41,650 $46,250 $49,950 $53,650 $57,350 $61,050

Section 3 Preference Eligibility Test _____ Yes _____ No My legal address is within Bexar County, TX. _____ Yes _____ No My household income last year was equal to or

less than the amount listed on Line 3.

If the answers to both questions are YES, you are entitled to a Section 3 preference.

------------------------------------------------------------------------------------------------------------------------------ By signing, I certify that all of the information given above is true and accurate and that if found to be inaccurate, I understand that I may be disqualified as an applicant and/or a certified section 3 resident and may be grounds for termination of any employment or contract that resulted from this application and/or certification. Signature_______________________________ DATE: _____________

S3-6003b

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 50

ATTACHMENT E Wage Decision

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 51

ATTACHMENT F Company Biography

REQUEST FOR PROPOSALS (RFP) NO. 1009-936-34-3050, Inspection, Service and Replacement of Fire Extinguishers and Hoses

____________________________________________________________________________

HOUSING AUTHORITY OF THE CITY OF SAN ANTONIO, TEXAS (210-477-6059) Page 52

Company Biography

Company Name:

Headquarters Location:

Field Office Locations:

Business Specialty or Focus:

Number of Full Time Staff:

Founding Date and Brief History: Name of Parent Company: Texas Projects and/or Clients:

(past & current)

Previous Housing Authority Experience: YES NO List the Authorities: